0% found this document useful (0 votes)
202 views117 pages

PBD For Bukidnon Airport Cy 2023 Cbac Air Infr 2023 01 v5 1677655979

This document provides bidding documents for the Bukidnon Airport Development Project for the construction of a perimeter fence. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, specifications, drawings, bill of quantities, and checklist of technical and financial documents. The project involves building a perimeter fence around the Bukidnon Airport to improve security.

Uploaded by

Harry Berame
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
202 views117 pages

PBD For Bukidnon Airport Cy 2023 Cbac Air Infr 2023 01 v5 1677655979

This document provides bidding documents for the Bukidnon Airport Development Project for the construction of a perimeter fence. It includes sections on invitation to bid, instructions to bidders, bid data sheet, general conditions of contract, specifications, drawings, bill of quantities, and checklist of technical and financial documents. The project involves building a perimeter fence around the Bukidnon Airport to improve security.

Uploaded by

Harry Berame
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 117

0

PHILIPPINE BIDDING DOCUMENTS

Government of the Republic of the Philippines


DEPARTMENT OF TRANSPORTATION

Procurement of
INFRASTRUCTURE
PROJECTS
BUKIDNON AIRPORT
DEVELOPMENT PROJECT
(Construction of Perimeter Fence)
CBAC-AIR-INFR-2023-01

Sixth Edition
July 2020
TABLE OF CONTENTS

GLOSSARY OF TERMS, ABBREVIATIONS, AND ACRONYMS.................................4


SECTION I. INVITATION TO BID ............................................................................6
Invitation to Bid .................................................................................................................7
SECTION II. INSTRUCTIONS TO BIDDERS .............................................................9
1. Scope of Bid ............................................................................................................10
2. Funding Information ...............................................................................................10
3. Bidding Requirements .............................................................................................10
4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices ....................10
5. Eligible Bidders .......................................................................................................11
6. Origin of Associated Goods ....................................................................................11
7. Subcontracts ............................................................................................................11
8. Pre-Bid Conference .................................................................................................11
9. Clarification and Amendment of Bidding Documents............................................11
10. Documents Comprising the Bid: Eligibility and Technical Components ...............12
11. Documents Comprising the Bid: Financial Component .........................................12
12. Alternative Bids ......................................................................................................13
13. Bid Prices ................................................................................................................13
14. Bid and Payment Currencies ...................................................................................13
15. Bid Security.............................................................................................................13
16. Sealing and Marking of Bids...................................................................................13
17. Deadline for Submission of Bids ............................................................................14
18. Opening and Preliminary Examination of Bids ......................................................14
19. Detailed Evaluation and Comparison of Bids .........................................................14
20. Post Qualification ....................................................................................................14
21. Signing of the Contract ...........................................................................................15
SECTION III. BID DATA SHEET ......................................................................... 16
Bid Data Sheet ..................................................................................................................17
SECTION IV. GENERAL CONDITIONS OF CONTRACT ....................................... 20
1. Scope of Contract ....................................................................................................21
2. Sectional Completion of Works ..............................................................................21
3. Possession of Site ....................................................................................................21
4. The Contractor’s Obligations ..................................................................................21

2
5. Performance Security ..............................................................................................22
6. Site Investigation Reports .......................................................................................22
7. Warranty..................................................................................................................22
8. Liability of the Contractor.......................................................................................22
9. Termination for Other Causes .................................................................................22
10. Dayworks ................................................................................................................23
11. Program of Work.....................................................................................................23
12. Instructions, Inspections and Audits .......................................................................23
13. Advance Payment....................................................................................................23
14. Progress Payments ..................................................................................................23
15. Operating and Maintenance Manuals......................................................................24
SECTION V. SPECIAL CONDITIONS OF CONTRACT ........................................... 25
Special Conditions of Contract .........................................................................................26
SECTION VI. SPECIFICATIONS ........................................................................... 27
SECTION VII. DRAWINGS .................................................................................. 98
SECTION VIII. BILL OF QUANTITIES ................................................................ 99
SECTION IX. CHECKLIST OF TECHNICAL AND FINANCIAL DOCUMENTS ...... 101

3
Glossary of Terms, Abbreviations, and Acronyms
ABC – Approved Budget for the Contract.

ARCC – Allowable Range of Contract Cost.

BAC – Bids and Awards Committee.

Bid – A signed offer or proposal to undertake a contract submitted by a bidder in response to and
in consonance with the requirements of the bidding documents. Also referred to as Proposal and
Tender. (2016 revised IRR, Section 5[c])

Bidder – Refers to a contractor, manufacturer, supplier, distributor and/or consultant who


submits a bid in response to the requirements of the Bidding Documents. (2016 revised IRR,
Section 5[d])

Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])

BIR – Bureau of Internal Revenue.

BSP – Bangko Sentral ng Pilipinas.

CDA – Cooperative Development Authority.

Consulting Services – Refer to services for Infrastructure Projects and other types of projects or
activities of the GOP requiring adequate external technical and professional expertise that are
beyond the capability and/or capacity of the GOP to undertake such as, but not limited to: (i)
advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical services
or special studies. (2016 revised IRR, Section 5[i])

Contract – Refers to the agreement entered into between the Procuring Entity and the Supplier or
Manufacturer or Distributor or Service Provider for procurement of Goods and Services;
Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting Firm for
Procurement of Consulting Services; as the case may be, as recorded in the Contract Form signed
by the parties, including all attachments and appendices thereto and all documents incorporated
by reference therein.

Contractor – is a natural or juridical entity whose proposal was accepted by the Procuring Entity
and to whom the Contract to execute the Work was awarded. Contractor as used in these Bidding
Documents may likewise refer to a supplier, distributor, manufacturer, or consultant.

CPI – Consumer Price Index.

DOLE – Department of Labor and Employment.

DTI – Department of Trade and Industry.

4
Foreign-funded Procurement or Foreign-Assisted Project – Refers to procurement whose
funding source is from a foreign government, foreign or international financing institution as
specified in the Treaty or International or Executive Agreement. (2016 revised IRR, Section
5[b]).

GFI – Government Financial Institution.

GOCC – Government-owned and/or –controlled corporation.

Goods – Refer to all items, supplies, materials and general support services, except Consulting
Services and Infrastructure Projects, which may be needed in the transaction of public businesses
or in the pursuit of any government undertaking, project or activity, whether in the nature of
equipment, furniture, stationery, materials for construction, or personal property of any kind,
including non-personal or contractual services such as the repair and maintenance of equipment
and furniture, as well as trucking, hauling, janitorial, security, and related or analogous services,
as well as procurement of materials and supplies provided by the Procuring Entity for such
services. The term “related” or “analogous services” shall include, but is not limited to, lease or
purchase of office space, media advertisements, health maintenance services, and other services
essential to the operation of the Procuring Entity. (2016 revised IRR, Section 5[r])

GOP – Government of the Philippines.

Infrastructure Projects – Include the construction, improvement, rehabilitation, demolition,


repair, restoration or maintenance of roads and bridges, railways, airports, seaports,
communication facilities, civil works components of information technology projects, irrigation,
flood control and drainage, water supply, sanitation, sewerage and solid waste management
systems, shore protection, energy/power and electrification facilities, national buildings, school
buildings, hospital buildings, and other related construction projects of the government. Also
referred to as civil works or works. (2016 revised IRR, Section 5[u])

LGUs – Local Government Units.

NFCC – Net Financial Contracting Capacity.

NGA – National Government Agency.

PCAB – Philippine Contractors Accreditation Board.

PhilGEPS - Philippine Government Electronic Procurement System.

Procurement Project – refers to a specific or identified procurement covering goods,


infrastructure project or consulting services. A Procurement Project shall be described, detailed,
and scheduled in the Project Procurement Management Plan prepared by the agency which shall
be consolidated in the procuring entity's Annual Procurement Plan. (GPPB Circular No. 06-2019
dated 17 July 2019)

PSA – Philippine Statistics Authority.

SEC – Securities and Exchange Commission.

SLCC – Single Largest Completed Contract.

UN – United Nations.

5
Section I. Invitation to Bid

6
Republic of the Philippines
DEPARTMENT OF TRANSPORTATION

Invitation to Bid for


BUKIDNON AIRPORT DEVELOPMENT PROJECT
Construction of Perimeter Fence
Project ID No.: CBAC-AIR-INFR-2023-01

1. The Department of Transportation (DOTr), through the 2023 GAA Locally


Funded Projects intends to apply the sum of Seventy-Seven Million Five Hundred
Eighty-Six Thousand Eight Hundred Pesos and Fifteen Centavos
(PHP77,586,800.15) being the Approved Budget for the Contract (ABC) to payments
under the contract for Bukidnon Airport Development Project (Construction of
Perimeter Fence). Bids received in excess of the ABC shall be automatically rejected
at bid opening.

2. The DOTr now invites bids for the above Procurement Project. Completion of the
Works is required three hundred (300) calendar days inclusive of pre-determined
unworkable 40 days. Bidders should have completed a contract similar to the
Project. The description of an eligible bidder is contained in the Bidding Documents,
particularly, in Section II (Instructions to Bidders).

3. Bidding will be conducted through open competitive bidding procedures using non-
discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules
and Regulations (IRR) of Republic Act (RA) No. 9184.

4. Interested bidders may obtain further information from DOTr and inspect the Bidding
Documents at the address given below from Monday to Friday from 7:00 AM to
4:00 PM.

5. A complete set of Bidding Documents may be acquired by interested bidders on 17


February 2023 until 09:00 AM of 14 March 2023 from the given address and
website/s below and upon payment of the applicable fee for the Bidding Documents,
pursuant to the latest Guidelines issued by the GPPB, in the amount of Fifty
Thousand Pesos (PHP 50,000.00). The Procuring Entity shall allow the bidder to
present its proof of payment for the fees in person.

6. The DOTr will hold a Pre-Bid Conference on 01 March 2023 at 10:00AM at the
Conference Room, Unit 61, The Columbia Tower, Ortigas Avenue, Barangay Wack-
Wack, Mandaluyong City and/or through videoconferencing via Google Meet at
https://bit.ly/CBAC-01MAR2023, which shall be open to prospective bidders. The
said Conference can be viewed via Facebook Live at DOTr’s Official Facebook Page
at Department of Transportation-Philippines (@DOTrPH).

7. Bids must be duly received by the BAC Secretariat through manual submission at
the office address as indicated below on or before 09:00AM of 14 March 2023. Late
bids shall not be accepted.

7
8. All bids must be accompanied by a bid security in any of the acceptable forms and in
the amount stated in ITB Clause 16.

9. Bid opening shall be on 14 March 2023, 09:00 AM at the Conference Room, Unit
61, The Columbia Tower, Ortigas Avenue, Barangay Wack-Wack, Mandaluyong
City. Bids will be opened in the presence of the bidders’ representatives who choose
to attend the activity, provided that an Authorization Letter shall be submitted to the
BAC on or before the scheduled opening of bids. Only one (1) representative for each
Bidder may physically attend the bid opening.

10. The DOTr reserves the right to reject any and all bids, declare a failure of bidding, or
not award the contract at any time prior to contract award in accordance with Sections
35.6 and 41 of the 2016 revised Implementing Rules and Regulations (IRR) of RA
No. 9184, without thereby incurring any liability to the affected bidder or bidders.

11. For further information, please refer to:

TIMOTHY JOHN R. BATAN


Chairperson, Centralized Bids and Awards Committee
DEPARTMENT OF TRANSPORTATION

Thru:

THE BAC SECRETARIAT


Unit 62, The Columbia Tower, Ortigas Avenue
Barangay Wack-Wack, Mandaluyong City
Tel No. (02) 8790-8300 loc. 235
Email: [email protected]
Website: www.dotr.gov.ph

Issued this 17th day of February 2023.

ORIGINAL SIGNED
_____________________________
TIMOTHY JOHN R. BATAN
Chairperson, Centralized Bids and Awards Committee

8
Section II. Instructions to Bidders

9
1. Scope of Bid
The Procuring Entity, DOTr invites Bids for the Bukidnon Airport Development
Project (Construction of Perimeter Fence) with Project Identification Number
CBAC-AIR-INFR-2023-01.

The Procurement Project (referred to herein as “Project”) is for the construction of


Works, as described in Section VI (Specifications).

2. Funding Information
2.1. The GOP through the source of funding as indicated below for GAA 2023 in
the amount of Seventy-Seven Million Five Hundred Eighty-Six Thousand
Eight Hundred Pesos and Fifteen Centavos (PHP 77,586,800.15)

2.2. The source of funding is:

a. NGA, the General Appropriations Act (GAA) CY 2023.

3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manual and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.

Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or invitation to bid by the BAC through the
issuance of a supplemental or bid bulletin.

The Bidder, by the act of submitting its Bid, shall be deemed to have inspected the
site, determined the general characteristics of the contracted Works and the conditions
for this Project, such as the location and the nature of the work; (b) climatic
conditions; (c) transportation facilities; (c) nature and condition of the terrain,
geological conditions at the site communication facilities, requirements, location and
availability of construction aggregates and other materials, labor, water, electric
power and access roads; and (d) other factors that may affect the cost, duration and
execution or implementation of the contract, project, or work and examine all
instructions, forms, terms, and project requirements in the Bidding Documents.

4. Corrupt, Fraudulent, Collusive, Coercive, and Obstructive Practices


The Procuring Entity, as well as the Bidders and Contractors, shall observe the
highest standard of ethics during the procurement and execution of the contract. They
or through an agent shall not engage in corrupt, fraudulent, collusive, coercive, and
obstructive practices defined under Annex “I” of the 2016 revised IRR of RA No.
9184 or other integrity violations in competing for the Project.

10
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.

5.2. The Bidder must have an experience of having completed a Single Largest
Completed Contract (SLCC) that is similar to this Project, equivalent to at
least fifty percent (50%) of the ABC adjusted, if necessary, by the Bidder to
current prices using the PSA’s CPI, except under conditions provided for in
Section 23.4.2.4 of the 2016 revised IRR of RA No. 9184.

A contract is considered to be “similar” to the contract to be bid if it has the


major categories of work stated in the BDS.

5.3. For Foreign-funded Procurement, the Procuring Entity and the foreign
government/foreign or international financing institution may agree on another
track record requirement, as specified in the Bidding Document prepared for
this purpose.

5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.2 of
the 2016 IRR of RA No. 9184.

6. Origin of Associated Goods


There is no restriction on the origin of Goods other than those prohibited by a
decision of the UN Security Council taken under Chapter VII of the Charter of the
UN.

7. Subcontracts
The Procuring Entity has prescribed that Subcontracting is not allowed.

8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at its physical address and/or through videoconferencing
as indicated in paragraph 6 of the IB.

9. Clarification and Amendment of Bidding Documents


Prospective bidders may request for clarification on and/or interpretation of any part
of the Bidding Documents. Such requests must be in writing and received by the
Procuring Entity, either at its given address or through electronic mail indicated in the
IB, at least ten (10) calendar days before the deadline set for the submission and
receipt of Bids.

11
10. Documents Comprising the Bid: Eligibility and Technical
Components
10.1. The first envelope shall contain the eligibility and technical documents of the
Bid as specified in Section IX. Checklist of Technical and Financial
Documents.

10.2. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. For Contracting Parties to the Apostille Convention, only the
translated documents shall be authenticated through an apostille pursuant to
GPPB Resolution No. 13-2019 dated 23 May 2019. The English translation
shall govern, for purposes of interpretation of the bid.

10.3. A valid PCAB License is required, and in case of joint ventures, a valid
special PCAB License, and registration for the type and cost of the contract for
this Project. Any additional type of Contractor license or permit shall be
indicated in the BDS.

10.4. A List of Contractor’s key personnel (e.g., Project Manager, Project


Engineers, Materials Engineers, and Foremen) assigned to the contract to be
bid, with their complete qualification and experience data shall be provided.
These key personnel must meet the required minimum years of experience set
in the BDS.

10.5. A List of Contractor’s major equipment units, which are owned, leased, and/or
under purchase agreements, supported by proof of ownership, certification of
availability of equipment from the equipment lessor/vendor for the duration of
the project, as the case may be, must meet the minimum requirements for the
contract set in the BDS.

11. Documents Comprising the Bid: Financial Component


11.1. The second bid envelope shall contain the financial documents for the Bid as
specified in Section IX. Checklist of Technical and Financial Documents.

11.2. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.

11.3. For Foreign-funded procurement, a ceiling may be applied to bid prices


provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.

12
12. Alternative Bids
Bidders shall submit offers that comply with the requirements of the Bidding
Documents, including the basic technical design as indicated in the drawings and
specifications. Unless there is a value engineering clause in the BDS, alternative Bids
shall not be accepted.

13. Bid Prices


All bid prices for the given scope of work in the Project as awarded shall be
considered as fixed prices, and therefore not subject to price escalation during
contract implementation, except under extraordinary circumstances as determined by
the NEDA and approved by the GPPB pursuant to the revised Guidelines for Contract
Price Escalation guidelines.

14. Bid and Payment Currencies


14.1. Bid prices may be quoted in the local currency or tradeable currency accepted
by the BSP at the discretion of the Bidder. However, for purposes of bid
evaluation, Bids denominated in foreign currencies shall be converted to
Philippine currency based on the exchange rate as published in the BSP
reference rate bulletin on the day of the bid opening.

Payment of the contract price shall be made in Philippine Pesos.

15. Bid Security


15.1. The Bidder shall submit a Bid Securing Declaration or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.

15.2. The Bid and bid security shall be valid until one hundred twenty (120)
calendar days from date of opening of bids. Any bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.

16. Sealing and Marking of Bids


Each Bidder shall submit one copy of the first and second components of its Bid.

The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.

If the Procuring Entity allows the submission of bids through online submission to the
given website or any other electronic means, the Bidder shall submit an electronic
copy of its Bid, which must be digitally signed. An electronic copy that cannot be
opened or is corrupted shall be considered non-responsive and, thus, automatically
disqualified.

13
17. Deadline for Submission of Bids
The Bidders shall submit on the specified date and time at its physical address as
indicated in paragraph 7 of the IB.

18. Opening and Preliminary Examination of Bids


18.1. The BAC shall open the Bids in public at the time, on the date, and at the
place specified in paragraph 9 of the IB. The Bidders’ representatives who are
present shall sign a register evidencing their attendance. In case
videoconferencing, webcasting or other similar technologies will be used,
attendance of participants shall likewise be recorded by the BAC Secretariat.

In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.

18.2. The preliminary examination of Bids shall be governed by Section 30 of the


2016 revised IRR of RA No. 9184.

19. Detailed Evaluation and Comparison of Bids


19.1. The Procuring Entity’s BAC shall immediately conduct a detailed evaluation
of all Bids rated “passed” using non-discretionary pass/fail criteria. The BAC
shall consider the conditions in the evaluation of Bids under Section 32.2 of
2016 revised IRR of RA No. 9184.

19.2. If the Project allows partial bids, all Bids and combinations of Bids as
indicated in the BDS shall be received by the same deadline and opened and
evaluated simultaneously so as to determine the Bid or combination of Bids
offering the lowest calculated cost to the Procuring Entity. Bid Security as
required by ITB Clause 15 shall be submitted for each contract (lot)
separately.

19.3. In all cases, the NFCC computation pursuant to Section 23.4.2.6 of the 2016
revised IRR of RA No. 9184 must be sufficient for the total of the ABCs for
all the lots participated in by the prospective Bidder.

20. Post Qualification


Within a non-extendible period of five (5) calendar days from receipt by the Bidder of
the notice from the BAC that it submitted the Lowest Calculated Bid, the Bidder shall
submit its latest income and business tax returns filed and paid through the BIR
Electronic Filing and Payment System (eFPS), and other appropriate licenses and
permits required by law and stated in the BDS.

14
21. Signing of the Contract
The documents required in Section 37.2 of the 2016 revised IRR of RA No. 9184
shall form part of the Contract. Additional Contract documents are indicated in the
BDS.

15
Section III. Bid Data Sheet

16
Bid Data Sheet
ITB Clause
5.2 For this purpose, contracts similar to the Project refer to contracts which have
the same major categories of work, which shall be:

Road, Highways, Pavement, Railways, Airport Horizontal Structure,


Bridges and/or Construction of Perimeter Fence

with a contract amount of not less than PHP 38,793,400.08.


7 Subcontracting is not allowed.

10.3 The PCAB Registration required for this project is Medium A for Road,
Highways, Pavement, Railways, Airport Horizontal Structure, and
Bridges.

For joint venture bidders, a Joint License issued by the PCAB pursuant to
Section 38 of RA 4566, and not the PCAB license and registration individually
issued to each joint venture partner must be submitted. Failure of the joint
venture bidder to submit a Joint License shall be a ground for its
disqualification despite the submission of the individual licenses of each joint
venture partner.

Medium A for Road, Highways, Pavement, Railways, Airport Horizontal


Structure, and Bridges.
10.4 The key personnel must meet the required minimum years of experience set
below:

Key Personnel General Experience Relevant Experience


1. Project Manager 5 years 2 years
2. Licensed Civil Engineer 3 years 2 years
3. Licensed Geodetic 3 years 2 years
Engineer
4. Materials Engineer I, duly 2 years 2 years
accredited by DPWH
5. Health and Safety 2 years 2 years
Engineer/Officer
with Certificate of Training
in Construction Safety and
Health Training (COSH)

The bidders shall submit the following documents as part of the Technical
Proposal:
1. List of Contractors Personnel (SF-INFR-48) to be assigned to the
contract to be bid with their respective curriculum vitae showing, among
others, their educational attainment, professional qualification and
experiences.

17
 The supporting documents stated in Form SF-INFR-48 shall be
submitted as part of post-qualification requirements.
 Duplication of function of Key Personnel for the project shall not be
allowed.
 In the event that the bidder intends to participate in the procurement of
two (2) or more projects, overlapping of Key Personnel shall not be
allowed.

2. Duly signed Statement of Availability of Key Personnel and


Equipment (FORM SF-INFR-18).
10.5 List of Equipment:
Particular Owned Lease/Purchased
Agreement Total
Unit Capacity Unit Capacity
Backhoe 1 0.50 cu.m. 1 0.50 cu.m. 2
Payloader 1 1.50 cu.m. 1 1.50 cu.m. 2
Water Tank Truck 1 4,000 Liters 1 4,000 Liters 2
Dump Truck 1 10 cu.m. 1 10 cu.m. 2
One Bagger
2 - 2
Concrete Mixer
Generator Set 3 51-100Kw 3
Welding Machine 3 200Amp 3
Topcon/Total
1 - 1
Station
Global
Navigational
1 - 1
Satellite System
Receiver
Service Vehicle 1 -
Pick up at least 2020 Model 1
TOTAL 6 13 19
List of Contractor’s Equipment assigned to the Proposed Contract (Form
SF-INFR-49).

 Proof of ownership or certification of availability of equipment from the


equipment lessor/vendor for the duration of the project, as the case may
be, shall be submitted during post-qualification evaluation.
 In the event that the bidder intends to participate in the procurement of
two (2) or more projects, overlapping of pledged equipment shall not be
allowed.
12 No further instructions.
15.1 The bid security shall be in the form of a Bid Securing Declaration or any of
the following forms and amounts:
a. The amount of not less than One Million Five Hundred Fifty-One
Thousand Seven Hundred Thirty-Six Pesos (PHP 1,551,736.00) (2% of
ABC), if bid security is in cash, cashier’s/manager’s check, bank
draft/guarantee or irrevocable letter of credit;

18
b. The amount of not less than Three Million Eight Hundred Seventy-Nine
Thousand Three Hundred Forty Pesos and 01/100 (PHP 3,879,340.01)
(5% of ABC) if bid security is in Surety Bond.
16 Each Bidder shall submit one (1) original hard copy and one (1) soft copy
in a Flash drive. (in PDF format except for the Bill of Quantities and
Detailed Estimates which must be in Excel format).

In the event of any discrepancies between the Original hard copy and soft
copy, the original hard copy shall prevail.
19.2 Partial bids are not allowed. The infrastructure project is packaged in a single
lot and the lot shall not be divided into sub-lots for the purpose of bidding,
evaluation, and contract award.
20 1. Latest income and business tax returns for the last six months preceding
the date of bid submission filed and paid through BIR Electronic Filing
and Payment System (eFPS);
2. The supporting documents for the following Forms:
(a) Statement of All On-going Government and Private Contracts (SF-
INFR-15);
(b) List of Contractors Personnel (SF-INFR-48); and
(c) List of Contractor’s Equipment assigned to the Proposed Contract
(Form SF-INFR-49).
21 Additional contract documents relevant to the Project that may be required by
existing laws and/or the Procuring Entity, such as:
1. Duly signed PERT/CPM Network Diagram, Bar Chart with S-Curve, Cash
Flow Projection and Payment Schedule on monthly basis;
2. Duly signed Manpower Schedule;
3. Duly signed Equipment Utilization Schedule;
4. Duly signed Construction Method in Detailed Narrative Form;
5. Contractor’s All Risk Issuance (CARI);
6. Certification under oath stating that the contractor is free and clean of all
tax liabilities to the Government; and
7. Construction Safety and Health Program approved by the DOLE that shall
also include requirements under the DPWH Department Order No. 30
Series of 2021, Revised Construction Safety Guidelines for the
Implementation of Infrastructure Projects During the COVID-19 Public
Health Crisis, Amending Department Order No. 39 Series of 2020.

19
Section IV. General Conditions of Contract

20
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for the
terms and conditions of the Contract.

This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.

2. Sectional Completion of Works


If sectional completion is specified in the Special Conditions of Contract (SCC),
references in the Conditions of Contract to the Works, the Completion Date, and the
Intended Completion Date shall apply to any Section of the Works (other than
references to the Completion Date and Intended Completion Date for the whole of the
Works).

3. Possession of Site
3.1 The Procuring Entity shall give possession of all or parts of the Site to the
Contractor based on the schedule of delivery indicated in the SCC, which
corresponds to the execution of the Works. If the Contractor suffers delay or
incurs cost from failure on the part of the Procuring Entity to give possession
in accordance with the terms of this clause, the Procuring Entity’s
Representative shall give the Contractor a Contract Time Extension and certify
such sum as fair to cover the cost incurred, which sum shall be paid by
Procuring Entity.

3.2 If possession of a portion is not given by the above date, the Procuring Entity
will be deemed to have delayed the start of the relevant activities. The
resulting adjustments in contract time to address such delay may be addressed
through contract extension provided under Annex “E” of the 2016 revised IRR
of RA No. 9184.

4. The Contractor’s Obligations


The Contractor shall employ the key personnel named in the Schedule of Key
Personnel indicating their designation, in accordance with ITB Clause 10.3 and
specified in the BDS, to carry out the supervision of the Works.

The Procuring Entity will approve any proposed replacement of key personnel only if
their relevant qualifications and abilities are equal to or better than those of the
personnel listed in the Schedule.

21
5. Performance Security
5.1. Within ten (10) calendar days from receipt of the Notice of Award from the
Procuring Entity but in no case later than the signing of the contract by both
parties, the successful Bidder shall furnish the performance security in any of
the forms prescribed in Section 39 of the 2016 revised IRR.

5.2. The Contractor, by entering into the Contract with the Procuring Entity,
acknowledges the right of the Procuring Entity to institute action pursuant to
RA No. 3688 against any subcontractor be they an individual, firm,
partnership, corporation, or association supplying the Contractor with labor,
materials and/or equipment for the performance of this Contract.

6. Site Investigation Reports


The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports
referred to in the SCC supplemented by any information obtained by the Contractor.

7. Warranty
7.1. In case the Contractor fails to undertake the repair works under Section 62.2.2
of the 2016 revised IRR, the Procuring Entity shall forfeit its performance
security, subject its property(ies) to attachment or garnishment proceedings,
and perpetually disqualify it from participating in any public bidding. All
payables of the GOP in his favor shall be offset to recover the costs.

7.2. The warranty against Structural Defects/Failures, except that occasioned-on


force majeure, shall cover the period from the date of issuance of the
Certificate of Final Acceptance by the Procuring Entity. Specific duration of
the warranty is found in the SCC.

8. Liability of the Contractor


Subject to additional provisions, if any, set forth in the SCC, the Contractor’s liability
under this Contract shall be as provided by the laws of the Republic of the
Philippines.
If the Contractor is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.

9. Termination for Other Causes


Contract termination shall be initiated in case it is determined prima facie by the
Procuring Entity that the Contractor has engaged, before, or during the
implementation of the contract, in unlawful deeds and behaviors relative to contract
acquisition and implementation, such as, but not limited to corrupt, fraudulent,
collusive, coercive, and obstructive practices as stated in ITB Clause 4.

22
10. Dayworks
Subject to the guidelines on Variation Order in Annex “E” of the 2016 revised IRR of
RA No. 9184, and if applicable as indicated in the SCC, the Dayworks rates in the
Contractor’s Bid shall be used for small additional amounts of work only when the
Procuring Entity’s Representative has given written instructions in advance for
additional work to be paid for in that way.

11. Program of Work


11.1. The Contractor shall submit to the Procuring Entity’s Representative for
approval the said Program of Work showing the general methods,
arrangements, order, and timing for all the activities in the Works. The
submissions of the Program of Work are indicated in the SCC.

11.2. The Contractor shall submit to the Procuring Entity’s Representative for
approval an updated Program of Work at intervals no longer than the period
stated in the SCC. If the Contractor does not submit an updated Program of
Work within this period, the Procuring Entity’s Representative may withhold
the amount stated in the SCC from the next payment certificate and continue
to withhold this amount until the next payment after the date on which the
overdue Program of Work has been submitted.

12. Instructions, Inspections and Audits


The Contractor shall permit the GOP or the Procuring Entity to inspect the
Contractor’s accounts and records relating to the performance of the Contractor and to
have them audited by auditors of the GOP or the Procuring Entity, as may be
required.

13. Advance Payment


The Procuring Entity shall, upon a written request of the Contractor which shall be
submitted as a Contract document, make an advance payment to the Contractor in an
amount not exceeding fifteen percent (15%) of the total contract price, to be made in
lump sum, or at the most two installments according to a schedule specified in the
SCC, subject to the requirements in Annex “E” of the 2016 revised IRR of RA No.
9184.

14. Progress Payments


The Contractor may submit a request for payment for Work accomplished. Such
requests for payment shall be verified and certified by the Procuring Entity’s
Representative/Project Engineer. Except as otherwise stipulated in the SCC,
materials and equipment delivered on the site but not completely put in place shall not
be included for payment.

23
15. Operating and Maintenance Manuals
15.1. If required, the Contractor will provide “as built” Drawings and/or operating
and maintenance manuals as specified in the SCC.

15.2. If the Contractor does not provide the Drawings and/or manuals by the dates
stated above, or they do not receive the Procuring Entity’s Representative’s
approval, the Procuring Entity’s Representative may withhold the amount
stated in the SCC from payments due to the Contractor.

24
Section V. Special Conditions of Contract

25
Special Conditions of Contract
GCC Clause
2 Not applicable.
4.1 The DOTr shall give possession of all parts of the Site to the Contractor
beginning on the date of effectivity of contract until the date of its
termination and/or project completion.
6 The site investigation reports are: Not applicable.
7.2 Fifteen (15) years.
10 Dayworks are applicable at the rate shown in the Contractor’s original
Bid.
11.1 The Contractor shall submit the Program of Work to the Procuring
Entity’s Representative within ten (10) calendar days of delivery of the
Notice of Award.
11.2 The amount to be withheld for late submission of an updated Program of
Work is five percent (5%) of the contract amount.
14 No further instructions.
15.1 The date by which operating and maintenance manuals are required is
Not applicable.

The date by which “as built” drawings are required is fifteen (15)
calendar days after project completion.
15.2 The amount to be withheld for failing to produce “as built” drawings
and/or operating and maintenance manuals by the date required is five
percent (5%) of the contract amount.

26
Section VI. Specifications

27
Name of Project : BUKIDNON AIRPORT DEVELOPMENT PROJECT
CY 2023
Project Description : CONSTRUCTION OF PERIMETER FENCE
Location : Maray maray, Don Carlos, Bukidnon
Duration : Three Hundred (300) Calendar Days inclusive of pre-determined
unworkable 40 days
Source of Fund : GAA 2023

SCOPE OF WORK
The project covers the supply of labor, materials, tools /equipment and construction related
permits necessary for the BUKIDNON AIRPORT DEVELOPMENT PROJECT. The details
of works are best enumerated below, however, it is understood that the Contract includes all
works and services though not specifically mentioned herein, but are needed to fully
complete the project shall be undertaken by the Contractor.

The following scope of works which shall be done in accordance with the approved plans,
specifications and provision of contract.

A. RELOCATION SURVEY & ESTABLISHMENT OF BOUNDARY


The objective of the survey works is to secure all the technical documents, plans map, and to
identify affected lots within the Right-of-Way limit identify by the Department of Transportation
and will serve as the technical basis for plan and other related documents that are necessary prior
to the construction of perimeter fence and registration in favor of the Government and the
following activities as follows to complete the project

 Preliminary Works : Conduct technical research and secure documents either to


National and Local Government (Assessor’s Office, Registry of Deeds, DENR Land
Management Services, from the Lot owner, Department of Agrarian Reform, or and
National Commission of Indigenous People) for identification of affected lots, owners,
claimants and tenants

 Project Control and Coordinate System

 Verification and Relocation Survey and Monument Setting of Project Boundary

 Subdivision Survey Approvals & Submittal of Parcellary Survey Plans/Returns


This item covers the supply of labor, materials and equipment necessary to produce technical
documents, plans map and other related documents that are necessary for the project to
complete the construction of perimeter fence. Attached copy of the proposed development
plan

PROJECT COVERAGE: 1,238,000.00 sq.m.

B. SITE DEVELOPMENT FOR THE CONSTRUCTION OF AIRPORT


PERIMETER ROAD

ITEM 100 CLEARING AND GRUBBING. This item covers the supply of labor and
equipment necessary for the clearing and grubbing, removing and disposing
all vegetation and debris. All designated to remain, shall be cleared and/or
28
grubbed. The item also includes disposal of grubbed objects to a location
designated by the supervising engineer within airport property. It covers a total
area of 74,720.00 sq.m.

ITEM 200 AGGREGATE SUBBASE COURSE. This item covers the supply of
materials, labor and equipment required for the furnishing, placing and
compacting an aggregates sub-base course in accordance with the design
grade, dimensions, and cross-sections as shown on the approved plans. It
covers loose volume of 7,734.00 cu.m. (inclusive 15% shrinkage factor). (see
attached plans for reference).

C. CONSTRUCTION OF CHB PERIMETER FENCE (5,520.00 L.M.)

ITEM I SITEWORKS. This item covers the supply of labor and minor tools
necessary excavate for the construction of column footings and wall footings.
Excavation, backfilling works and filling of gravel base indicated in the
approved plans are also included under this item. It covers a total volume of
4,140.00 cu.m. (Pls. refer to plans)
ITEM II CONCRETE WORKS. This item covers the supply of labor, materials and
equipment to finish concreting works for the construction of column footings,
columns and wall footings including fabrication / installation /dismantling of
steel bars and formworks. It covers a total volume of 1,044.00 cu.m. (Pls.
refer to plans)
ITEM III MASONRY WORKS. This covers the supply of labor, materials and
equipment/tools necessary for the laying of 6” thick CHB wall including
mortar, installation of reinforcing steel bars as indicated on the approved
plans. It covers a total area of 11,335.00 sq.m. (Pls. refer to plans)
ITEM IV METAL WORKS. This covers the supply of labor, materials and
equipment/tools needed to complete the metal works including fabrication,
installation and painting of G.I. pipe, barbed wire and other materials as
indicated on the approved plans. It covers a total length of 5,803.00 m. (Pls.
refer to plans)

D. CONSTRUCTION OF BARBED WIRE FENCE (2,271.00 L.M.)

ITEM I SITEWORKS. This item covers the supply of labor and minor tools
necessary to excavate for the construction of column footings as indicated in
the approved plans. It covers a total volume of 127.00 cu.m. (Please refer to
plans).

ITEM II CONCRETE WORKS. This item covers the supply of labor, materials and
equipment to finish concreting works for the construction of column footing
and columns including fabrication/ installation / dismantling of steel bars and
formworks. It covers a total volume of 180.00 cu.m. (Please refer to plans).

29
ITEM III METAL WORKS. This item covers the supply of labor, materials and
equipment necessary for the installation of nine (9) lines barbed wire 2.7mm
(#30) as indicated in the approved plans and all other related works needed to
complete this item. It covers a total length of 2,271.00 m. (Please refer to
plans).

E. CONSTRUCTION OF CYCLONE WIRE FENCE (1,250.00 L.M.)

ITEM I SITEWORKS. This item covers the supply of labor and minor tools
necessary to excavate for the construction of column footings as indicated in
the approved plans. It covers a total volume of 674.50 cu.m. (Please refer to
plans).

ITEM II CONCRETE WORKS. This item covers the supply of labor, materials and
equipment to finish concreting works for the construction of column footing,
columns and wall footings including fabrication/ installation / dismantling of
steel bars and formworks. It covers a total volume of 143.00 cu.m. (Please
refer to plans).

ITEM III MASONRY WORKS. This covers the supply of labor, materials and
equipment/tools necessary for the laying of 6” thick CHB wall including
mortar, installation of reinforcing steel bars as indicated on the approved
plans. It covers a total area of 584.00 sq.m. (Pls. refer to plans)

ITEM IV METAL WORKS. This covers the supply of labor, materials and
equipment/tools needed to complete the metal works including fabrication,
installation and painting of G.I. pipe, barbed wire and other materials as
indicated on the approved plans. It covers a total length of 1,250.00 m. (Pls.
refer to plans)

F. GENERAL REQUIREMENTS

SPL – 1 TEMPORARY FACILITIES

The following provisions must be delivered within ten (10) calendar days
upon receipt of the Notice to Proceed (NTP)

1.0 Staff House


This item covers the Contractor’s provision of PMO Staff House with a
minimum area of 100 sq.m. on rental basis. The facilities shall be provided
with air-con including the supply of kitchen utensils, gas and stove, beds and
bedding and dining sets for the exclusive use of PMO in supervising the
project. The Contractor shall be responsible for the payment of utility bills
(water and electric) including internet/cable consumption for the whole
duration of the project.

30
2.0 Service Vehicle
This covers the provision of one service vehicle on a rental basis, at latest
2020 model pick-up with cab, air conditioned, in good running condition and
updated LTO registration including fuel, oil, and lubricants per day; for the
exclusive use of Engineers supervising the project for the period of Three
Hundred (300) Calendar Days.

Service driver, insurances and maintenance for the said service shall be
included under this item. Land Transportation Office (LTO) registration for
the service vehicle will be provided by the Contractor. Moreover, driver, fuel
and periodic maintenance for the service vehicle will also be provided by the
Contractor that are incorporated in the Contractor’s overhead cost throughout
the duration of the project, but will not be considered as per item.

SPL - 2 MOBILIZATION AND DEMOBILIZATION

This works includes mobilization and demobilization of the Contractor’s


personnel, and equipment necessary for performing the work required under
the contract.

a. Mobilization shall include all activities and associated costs for the
transportation of Contractor’s personnel, equipment and establishment of
offices and other necessary facilities for the Contractor’s operations at the site.
b. Demobilization shall include the disassembly of offices and other facilities on
site, as well as removal and hauling of debris and rubbish materials.

SPL - 3 PROJECT BILLBOARD

This item covers the provisions of materials and labor of two (2) printed
tarpaulin (8ft x 8ft) project billboard needed in the execution of the project.

SPL - 4 HEALTH AND SAFETY

This item covers the provisions of Safety and Health including Materials and
Facilities for regular disinfection, temperature check and COVID 19 Rapid
Test, Supply of Personal Protective Equipment for each personnel/worker,
and Safety Signages;

1. Materials and Facilities for regular disinfection, - 1 lot


temperature check and COVID 19 Rapid Test

2. Personal Protective Equipment


- safety shoes - 50 pairs
- safety helmet - 50 pieces
- safety gloves - 200 pairs
- face mask - 12,000 pieces
- safety vest - 50 pieces

31
3. Safety Signages - 1 lot
This item also includes the provision of Safety Officer for the whole duration of the
project of Three Hundred (300) Calendar Days. The contractor should also ensure
compliance with Health and Safety Program as approved by DOLE.

In addition to the above item, the contractor shall ensure that the DPWH Department
Order No.30, Series of 2021; Revised Construction Safety Guidelines for the
Implementation of Infrastructure Projects during the COVID-19 Public Health
Crisis, Amending Department Order No. 39 Series 2020 are strictly followed.

SPL - 5 PERMITS AND CLEARANCES

This item covers the expenses for all permits, clearances, other Government Taxes
and other related works necessary during the implementation and completion of the
project.

The contractor shall be responsible in coordination with DOTr-PMO for all


laboratory, material testing, environmental compliance certificate (ECC), and
construction permit, etc.) necessary in the project implementation.

32
A. RELOCATION SURVEY &
ESTABLISHMENT OF BOUNDARY

See Scope of Work Section A. Relocation Survey & Establishment of Boundary.

B. SITE DEVELOPMENT FOR THE


CONSTRUCTION OF AIRPORT
PERIMETER ROAD

ITEM 100 CLEARING AND GRUBBING

100.1 DESCRIPTION
This item shall consist of clearing, grubbing, removing and disposing all vegetation
and debris as designated to remain in the Contract, except those objects that are
designated to remain in place or are to be removed in consonance with the provisions
of these Specifications. The work shall also include the preservation from injury of
defacement of all objects designated to remain.

100.2 CONSTRUCTION REQUIREMENTS


100.2.1 General

The Engineer will establish the limits of work and designate all trees, shrubs,
plants and other things to remain. The Contractor shall preserve all objects
designated to remain. Paint required for cut or scared surface of trees or shrubs
selected for retention shall be approved asphalt base paint prepared especially
for tree surgery.

100.2.2 Clearing and Grubbing

All surface objects and trees, stumps, roots and other protruding obstructions
not designated to remain shall be cleared and/or grubbed including mowing as
required, except provided below:

1. Removal of undisturbed stumps and roots and nonperishable solid objects


with a minimum of 900 mm (36 inches) below sub-grade or slope of
embankments will not be required.

33
2. In areas outside of the grading limits of cut and embankment areas, stumps
and nonperishable solid objects shall be cut off not more than 150mm (6
inches0 above ground line or low water level.
3. In areas to be rounded at the top of cut slopes and stumps shall be cut off
or flush with below the surface of the final slope line.
4. Grubbing of pits, channel changes and ditches will be required only to the
depth necessitated by the proposed excavation within such areas.

Except in areas to be excavated, stump holes and other holes from which
obstructions are removed shall be back filled with suitable material and
compacted to the required density.

If perishable material is burn, it shall be burned under the constant care of


competent watchmen at such times and in such a manner that the surrounding
vegetation and other adjacent property or anything designated to remain on the
right of way will not be jeopardized. If permitted, burning shall be done in
accordance with applicable laws, ordinances, and regulations.

The Contractor shall use high intensity burning procedures, (i.e. incinerators,
high stacking or pit and ditch burning with forced air supplements) that
produce intense burning with little or no visible smoke emission during the
burning process. At the conclusion of each burning session, the fire shall be
completely extinguished so that no smoldering debris remains.

In the event that the Contractor is directed by the Engineer not to start the
burning operations or to suspend such operations because of hazardous
weather conditions, material to be burned which interferes with subsequent
construction operations shall be moved by the Contractor to temporary
locations clear of construction operations. And later, if directed by the
Engineer shall be placed on a designated spot and burned.

Materials and debris, which cannot be burned and perishable materials may be
disposed of by methods and the locations approved by the Engineer, on or off
the project. If disposal is burying, the debris shall be placed in layers with the
material to disturb and avoid nesting. Each layer shall be covered or mixed
with earth material by landfill method to fill all voids. The top layer of
material buried shall be covered with at least 300mm (12 inches) of earth fill
or other approved material and shall be graded, shaped and compacted to
present a pleasing appearance. If the disposal location is off the project, the
Contractor shall make all necessary arrangements with property owners in
writing for obtaining suitable disposal locations, which are outside the limits
of view from the project. The cost involved shall be included in the unit bid
price. A copy of such agreement shall be furnished to the Engineer. The
disposal areas shall be seeded, fertilized and mulched at the Contractor’s
expense.

Woody material shall be disposed by chipping. The wood chips may use for
mulch, slope erosion control or may be uniformly spread over selected areas
as directed by the Engineer. Wood chips used as mulch for soil erosion control
shall have a maximum thickness of 12mm (1/2 inch) and faces not exceeding
34
3900 square mm (6 square inches) on any individual surface area. Wood chips
not designated for use under other sections shall be spread over the designated
areas in layers not to exceed 75 mm (3 inches) loose thickness. Diseased trees
shall be buried or disposed of as directed by the Engineer.

All merchantable timber in the clearing area which have not been removed
from the right of way prior to the beginning of construction, shall become the
property of the Contractor, unless otherwise provided.

Low hanging branches and unsound or unsightly branches on trees or shrubs


designated to remain shall be trimmed as directed. Branches trees extending
over the limits shall be trimmed to give a clear height of 6-m (20 feet) above
the runway or roadway surface. All trimming shall be done by skilled
workmen and in accordance with good tree surgery practices.

Timber cut inside the area staked for clearing shall be filled within the area to
be cleared.

100.2.3 Individual Removal of Trees or Stumps

Individual trees or stumps designated by the Engineer for removal and located
in areas other than those establish for clearing and grubbing roadside cleanup
shall be removed and disposed of as specified under subsection 100.2.2.
Except trees removed shall be cut as nearly flush with the ground as
practicable without removing stumps.

100.2.4 Demolition

When shown on the Plans or directed by the Engineer structures of stone,


masonry, and timber and like material shall be demolished. Where part only of
the structure has to be demolished the Contractor shall take all possible care to
ensure that only part is demolished and shall make good at his own expense
any damage beyond that part. During demolition the Contractor shall take
every precaution to protect the roadway, embankment and all other existing
works from damage and to ensure the safety of his workmen and the general
public.

100.3 METHOD OF MEASUREMENT


Measurement must be by one or more of the following alternate methods:

1. Area Basis. The work to be paid for shall be the number of hectares and fractions
thereof acceptably cleared and grubbed within the limits indicated on the Plans or
as may be adjusted in the filed staking by the Engineer. Areas not within the
clearing and grubbing limits shown on the Plans or not staked for clearing and
grubbing will not be measured for payment.
2. Lump-Sum Basis. When the Bill of Quantities or Contract contains a Clearing and
Grubbing Lump-sum Item, no measurement of area will be made for such Item.
3. Individual Unit Basis (Selective Clearing). The diameter of trees will be measured
at a height of 1.4m (54 inches) above the ground. Trees less than 150mm (6
inches) in diameter will not be measured for payment.

35
When the Bill of Quantities or Contract indicates measurement of trees by individual
unit basis, the units will be designated and measured in accordance with the following
schedule of sizes:

Diameter at height 1.4 m Pay Item Designation

Over 150 mm to 900 mm Small


Over 900 mm Large

100.4 BASIS OF PAYMENT


The accepted quantities, measured as prescribed in Section 151.3, shall be paid for at
the contract price for each of the Pay Items listed below that is included in the Bill of
Quantities. The price and payment shall be full compensation for furnishing all labor,
equipment, tools and incidentals necessary to complete the work prescribed in this
Item.

Payment will be under:

UNIT OF
PAY ITEM NUMBER DESCRIPTION
MEASUREMENT

100 (1) Clearing and Grubbing Hectare


100 (2) Clearing and Grubbing Lump Sum
Individual Removal of Trees,
100 (3) Each
Small
Individual Removal of Trees,
100 (4) Each
Large

36
ITEM 200 – AGGREGATE SUB – BASE
COURSE

200.1 DESCRIPTION
This item shall consist of a sub-base course composed of granular materials constructed on a
prepared sub-grade or underlying course in accordance with these specifications, in
conformity with the dimensions and cross-section shown in the plans, and with the lines and
grades established by the Engineer.

Granular material for sub-base and base construction shall consist of natural or crushed
aggregates, which shall conform to the specific requirements.

200.2 MATERIALS
The sub-base materials shall consist of hard durable particles or fragments of granular
aggregates. This material shall be mixed or blended with fine sand, clay, stone, dust, or other
similar binding or filler materials produced from approved sources. This mixture shall be
uniform and shall comply with the requirements of these specifications as to gradation, soil
content and shall be capable of being compacted into a dense and stable sub-base. The
material shall be free from vegetation matter, lumps or excessive amounts of clay, and other
objectionable or foreign substances. Pit-run material may be used, provided the material
meets the requirement specification.

Table 200.1 – GRADING REQUIREMENTS

MASS PERCENT
SIEVE DESIGNATION PASSING

Standard (mm) Alternate US Standard

50 2” 100

25 1” 50 – 85

9.50 3/8” 40 – 75

0.075 No. 200 0 – 12

The fraction passing the 0.075 mm (No.200) sieve shall not be greater than 0.66 (two
thirds) of the fraction passing the 425 mm (No. 40) sieve.

37
The fraction passing the 0.425 mm (No. 40) sieve shall have a liquid limit not greater than 35
and plasticity index not greater than 12 as determined by AASHTO T89 and T90,
respectively. In those cases where frost penetration is a problem, the maximum amount of
material finer than 0.02 mm in diameter shall be less than 33%.

The coarse portion, retained on a 2.00 mm (No. 10) sieve, shall have a mass percent of wear
not exceeding 40% by the Los Angeles Abrasion Test as determined by AASHTO T96.

The material shall have a soak CBR value of not less than 35% as determined by AASHTO
T193. The CBR value shall be obtained at the maximum dry density as determined by
AASHTO T180, Method D.

200.3 CONSTRUCTION METHODS

200.3.1 GENERAL
The sub-base course shall placed where designated on the plans or as directed by the
“Engineer”. The material shall be shaped and thoroughly compacted within the compaction
tolerance specified. Granular sub-base which, due to grain sizes or shapes are not sufficiently
stable or support without moving the construction equipment, shall be mechanically
stabilized to the depth necessary to provide such stability as directed by the Engineer. The
mechanical stabilization shall be principally include the addition of a fine-grained medium to
bind the particles of the sub-base material sufficiently to furnish a bearing as to strength, so
that the course will not deform under the traffic. The sub-base material shall not increase the
soil constants of the material above the limits specified.

200.3.2 OPERATION IN PITS

All work involved in clearing and stripping pits and handling unsuitable material encountered
shall be performed by the Contractor at his own expense. The sub-base material shall be
obtained from pits or sources that have been approved by the Engineer. The materials in the
pits shall be excavated and handled in such a manner that a uniform and satisfactorily product
can be secured.

200.3.3 EQUIPMENT
All equipment necessary for the proper construction of this work shall be available at all
times at the project site and shall be in first-class working condition and shall have been
approved by the Engineer before construction is permitted to start.

The contractor shall make provision for furnishing water at the site using equipment of ample
capacity and design to assure uniform application. The processing equipment shall be
designed, constructed and operated and shall have sufficient capacity to thoroughly mix all

38
materials and water in the proportion required to produce a sub-base course of the gradation
and consistency required.

200.3.4 PREPARING UNDERLYING COURSE


Before any sub-base material is placed, the underlying course shall be prepared and accepted
by the Engineer before placing and spreading operations are started.

Grade control between the edges of the pavement shall be checked by means of grade staked,
steel pins, or forms placed in lanes parallel to the center line of the pavement and at intervals
which will permit string lines or check boards to be placed between the stakes, pins or forms.

To protect the sub-grade and to insure the proper drainage, the spreading of the sub-base shall
begin along the centerline of the pavement on a crowned section or on the high side of
pavements with one-way slope.

200.3.5 MATERIALS ACCEPTABLE IN EXISTING CONDITION

When the entire sub-base material is secured in a uniform and satisfactory condition and
contains approximately the required moisture, such approved material may be moved directly
to the spreading equipment for placing. The material may be obtained from gravel pits,
stockpiles, or may be produced from a crushing and screening plant with the proper blending.
The material from these sources shall meet the requirements for gradation, quality and
consistency. It is the intent of this section of the specifications to secure materials that will
not require further approximation to obtain maximum density. Surface sprinkling or aeration
may correct any minor deficiency or excess of moisture.

In such instances, some mixing or manipulation may be required, immediately proceeding the
rolling, to obtain the required moisture content. The final operation shall be blading or
dragging, if necessary, to obtain a smooth uniform surface true to line and grade.

200.3.6 PLANT MIXING


When materials from several sources are to be blended and mixed, the sub-base material shall
be processed in a central or travel mixing plant. The sub-base material together with any
blended material shall be thoroughly mixed with the required amount of water. After the
mixing is completed, the material shall be transported to and spread on the underlying course
without undue loss of the moisture content.

39
200.3.7 MIXED IN PLACE
When materials from different sources are to be proportioned and mixed and blended in
place, the relative proportions of the components of the mixture shall be as designated by the
Engineer.

The sub-base material shall be deposited and spread evenly to a uniform thickness and width.
Then the binder, filler or other material shall be deposited and spread evenly over the first
layer. There shall be as many layers of materials added as the Engineer may direct to obtain
the required sub-base mixture.

When the required amount of materials have been placed, they shall be thoroughly mixed and
blended by means of approved graders, discs, borrows, rotary tillers, supplemented by other
suitable equipment necessary. The mixing shall continue until the mixture is uniform
throughout. Areas of segregated material shall be corrected by the addition of binder or filler
material and by thorough re-mixing. Water in the amount and as directed by the Engineer
shall be uniformly applied prior placing and compaction. When the mixing and blending has
been completed, the material shall be spread in a uniform layer which, when compacted, will
meet the requirements of thickness and typical cross section.

200.3.8 GENERAL METHOD FOR PLACING


The sub-base course shall be constructed in layers. Any layer shall be neither less than
75mm nor more than 200mm of compacted thickness. The material, as spread, shall be of
uniform gradation with no pockets of fine or coarse materials. The sub-base, unless
otherwise permitted by the Engineer, shall not be spread more than 1,675 square meters in
advance of the rolling. Any necessary sprinkling shall be kept within this limit. No material
necessary be placed in snow or soft, muddy or frozen course.

When more than one layer is required, the construction procedure described herein shall
apply similarly to each layer. During the placing and spreading, sufficient caution shall be
exercised to prevent the incorporation of sub-grade, shoulder, or foreign material in the sub-
base course.

200.3.9 SPREADING AND COMPACTING

After spreading or mixing, the sub-base material shall be thoroughly compacted by rolling
and sprinkling, when necessary. Sufficient rollers shall be furnished to adequately handle the
rate of placing and spreading track by at least 300mm.

The rolling shall continue until the material is thoroughly set and stable, the sub-base material
has been compacted to not less than 100% of maximum density or optimum moisture as

40
determined by the compaction control set specified in AASHTO T-180 and AASHTO T 99.
Blading and rolling shall be done alternately, as required or directed, to obtain the smooth
even, and “uniformly compacted sub-base”. The course shall not be rolled when the
underlying course is soft or yielding or when the rolling causes undulation in the sub-base.
When the rolling develops irregularities that exceed 12.5mm when tested with a 5.0m
straightedge, the irregular surface shall be loosened and then refilled with the same kind of
material as that used in constructing course and again rolled as required above.

Along places inaccessible to rollers, the sub-base material shall be tamped thoroughly with
mechanical or hand tampers. Sprinkling during rolling, if necessary, shall be in the amount
and by equipment approved by the Engineer. Water shall not be added in such a manner or
quality that free water will reach the underlying layer and cause it to become soft.

200.3.10 TRIAL SECTION

Before sub-base or base construction starts, the Contractor shall spread and compact trial
section as directed by the Engineer, to check the suitability of the materials and the efficiency
of the equipment and the construction method proposed. Same material, equipment and
procedure must be used as that proposed for use in the main work. One trial section of 500
sq.m. shall be made for every type of material and or construction equipment/procedure
proposed for use. Field density tests shall be conducted after compaction of each trial
section. If trial section shows that proposed materials, equipment or procedures are not
suitable for sub-base or base as evaluated by the Engineer material shall be removed at
Contractor’s expense, and a new trial section shall be constructed. Any change of the basic
conditions on the material or procedure shall require the construction of new trial section.

200.3.11 SURFACE TEST


After the course is completely compacted, the surface shall be tested for smoothness and
accuracy of grade and crown; any portion found to lack the required smoothness or frail in
accuracy of grade or crown shall be scarified, reshaped, compacted and otherwise
manipulated as the Engineer may direct until the required smoothness and accuracy are
obtained. The finished surface shall not vary more than 12.5mm when tested with a 5.0m
straightedge applied parallel with and at right angle to the centerline.

200.3.12 THICKNESS

The thickness of the compacted sub-base course shall be determined by depth tests or cores
taken at intervals so each test shall represent no more than 420 square meters. When the
deficiency is more than 12.5mm, the contractor shall correct such areas by scarifying, adding
satisfactory mixture, rolling, sprinkling, reshaping and finishing in accordance with these
specifications. The contractor shall replace at his expense the sub-base material where
borings are taken for test purposes.

41
200.3.13 PROTECTION

Work on sub-base course shall not be conducted during freezing temperature or when the
sub-grade is wet. When the sub-base material contains frozen material or when the
underlying course is frozen, the construction shall be stopped.

200.3.14 MAINTENANCE

Following the final shaping of the material, the sub-base shall be maintained throughout its
entire length by the use of standard motor graders and rollers until in the judgement of the
Engineer, the sub-base meets all requirements and is acceptable for the construction of the
next course.

200.3.15 TOLERANCE

Permitted Variation from Design

1. Thickness of Layer (+, -20mm)


2. Level of Surface + 10mm
- 20mm

3. Surface Irregularity

measured by 3m

Straightedge 20mm

4. Cross stall or Camber (+, -0.3%)

5. Longitudinal Grade over


25m length (+, -0.1%)

200.4 METHOD OF MEASUREMENT


The quantity of sub-base course to be paid for shall be the number of cubic meter of sub-base
course material placed, compacted, and accepted in the completed course. The quantity of
sub-base course material shall be measured in final position based upon depth test or course
taken as directed by the Engineer, or at the rate of 1depth test for each 420 square meters of
sub-base course, or by means of average end areas on the completed work computed from
elevations to the nearest 0.003 meter. On individual depth measurements, thickness plus
0.0125 meter in computing the quantity for payment. Sub-base materials shall not be
included in any other excavation quantities.

42
200.5 BASIS OF PAYMENT
Payment shall be made at the contract unit price per cubic meter for sub-base course. This
price shall be full compensation for furnishing all materials; for all preparation, hauling and
placing of these materials; and for all labor, equipment, tools and incidentals necessary to
complete the item.

Payment will be made under:

PAY ITEM NUMBER DESCRIPTION UNIT OF


MEASUREMENT
200 Aggregate Sub-base Course Cu.m.

43
C. CONSTRUCTION OF CHB PERIMETER
FENCE (5,520.00 L.M.)

I. SITE WORKS
1.1 SITE PREPARATION

1.1.1 GENERAL

The Work under this Section shall include complete demolition work
timbering, clearing, grubbing, scalping, obliteration of roadways, clean up and
disposal of all debris and other objectionable matter and grading work as
directed by the Construction Officer.

1.1.2 REQUIREMENTS

Demolition in work shall consist of complete removal/demolition of the


existing office and other obstruction.

Timbering shall consist of felling and disposal of all trees specifically


indicated to be removed. No timbering shall be done until each tree to be
removed has been physically marked for removal by the Construction Officer.
Trees marked for removal shall be felled in such a manner as not to injure
other trees, fences, wires, buildings and facilities which are to remain. All
damage to remaining trees, plants or facilities resulting from such timbering
shall be repaired by the Contractor at no additional cost to the Government.
All resulting stumps shall be left clean and free from sharp protuberances and
shall not extend more than 30 cm above ground surface.

Cleaning shall consist of the removal and disposal of all stumps, vines, bush,
grass, roots, vegetation, fences, rocks, masonry and debris within the limits
and rights-of-way of the project.

Disposal of non-combustible waste shall be accomplished by removal from


job-site by the Construction Officer. In no case shall the Construction Officer,
prior to commencement of operation, or permission from the property owner,
such permission to include the site location, method of disposal and any
restrictions or conditions that may form part of the agreement between the
Contractor and the Owner. The Contractor shall save the Government from
any claim arising or resulting from such disposal operations.

Burning shall be accomplished at site without damage to nearby trees,


buildings or other facilities by flames, smoke or ash. All applicable
regulations shall be complied with such burning. Permission by the
Construction Officer to accomplish burning shall not be construed as to relieve
the Contractor of determining and complying with such regulations. All fires
shall be kept under constant and adequate attendance and fire control measures
44
and devices shall be sufficient in quantity to control all blazes. In the event
that conditions are unsuitable for burning waste, at the option of the
Contractor, combustible material may be disposed by other means, provided
that prior approval of the Construction Officer is obtained.

The grading work shall be done after clearing the site of stumps, roots, grass,
etc. Grading work shall be general smoothening the ground surface of the site
such as covering holes left by stumps, etc. and leveling sharp and steep grades.

1.2 EXCAVATING AND GRADING

1.2.1 GENERAL

Work under this section shall be subject to the requirements of applicable


paragraphs of the General Conditions of Contract.

1.2.2 WORK INCLUDED

This work includes labor, materials, and equipment necessary for excavating
and grading as required in the Drawings and as specified herein. This, in
general, includes cleaning and removal of grass, trees, and loose stones, and
excavation for foundations, footings, septic vault, and rough and finish
grading.

1.2.3 MATERIALS

Backfill material shall be of the materials approved by the Construction


Officer, and Embankments shall be constructed of suitable materials, in
consonance with the following definitions:

a. Suitable Material – Material which is acceptable in accordance with the


Contract and which can be compacted in the manner specified in this Item.
It can be common material or rock. Selected Borrow, for topping – soil of
such gradation that all particles will pass a sieve with 75 mm (3 inches)
square openings and not more than 15 mass percent will pass the 0.075
mm (No. 200) sieve, as determined by ASTM C136. The material shall
have a plasticity index of not more than 6 and a liquid limit of not more
than 30 as determined by ASTM D 4318.
b. Unsuitable Material – Material other than suitable materials such as:
b.1 Materials containing detrimental quantities of organic materials, such
as grass, roots and sewerage.
b.2 Organic soils such as peat and muck.
b.3 Soils with liquid limit exceeding 80 and/or plasticity index exceeding
55.
b.4 Soils with a natural water content exceeding 100%.
b.5 Soils with very low natural density, 800 kg/m3 or lower.
b.6 Soils that cannot be properly compacted as determined by the
Construction Officer/Engineer.

45
1.2.4 WORKMANSHIP

a. STAKING OUT
The Contractor shall stake cut lines and corners. He shall build batter
boards and shall locate first and second floor lines in relation to existing
grades. Lines and levels shall be approved by the Construction Officer or
his representative before excavation is started.
The Contractor shall construct two permanent benchmarks of previously
known elevations near the site of construction for purpose of determining
any settlement that may occur during the construction.

b. EXCAVATION
Excavation shall be executed in a careful manner to proper depths. No
excavation shall be carried below elevations indicated on Drawings unless
made necessary by existing conditions. Claims for extras will not be
allowed for excavations not authorized by the Construction Officer.
Excavated materials shall be transported to and placed in fill areas within
work limits. Unsatisfactory materials encountered within established
subgrades as shown or 0.30m below grade shall be replaced with
satisfactory materials as specified.
Surplus excavated materials not required for fill or embankment shall be
disposed of in designated waste or spoil areas. Unsatisfactory excavated
materials shall be disposed in designated waste or spoil areas. Excavated
materials shall be performed to provide proper drainage at all times.
Materials required for fill, in excess of that produced by excavation within
the grading limits, shall be excavated from approved borrow areas.
Excavation shall be left clean and clear of loose material.

c. WATER AND DRAINAGE


Contractor shall do everything necessary for keeping water out of
excavations and away from building during construction.

d. BACKFILL
Backfill shall be installed against foundation walls in not more than 2” or
50mm. Backfill shall be carefully tamped. Debris shall not be used for
backfilling.

e. GRADING
Finish grading shall include areas with limits shown on plot plan. Grades
shall be reformed to easy contours in accordance with Drawings.

1.3 SOIL POISONING

1.3.1 GENERAL
Whenever the Scope of Work includes soil poisoning, the work shall include
furnishing of labor, materials, and equipment to complete all poisoning works.

1.3.2 MATERIALS
Soil Poisons, Soil poisons shall be water-based emulsions.

46
Any of the following may be used:
1. Chlordane - 1% Concentration
2. Benzene Hexachloride - 0.8% Gamma Isomer Concentration
3. Dieldrin - 0.5% Concentration
4. Aldrin - 0.5% Concentration
5. Heptachlor - 0.5% Concentration

a. SAMPLE AND TEST


A sample of the concentrated toxicant shall be tested.
At least two samples of working solution shall be tested for every 10,000
square feet or 1,000 square meters of treated area.

Samples shall be submitted, analyzed and tested by an approved testing


laboratory. Tests shall be paid for by the Contractor. The results shall be
submitted to the Construction Officer.

b. DELIVERY, STORAGE, AND PROTECTION


Chemicals shall be delivered to the job site in factory sealed containers
with the manufacturer’s brand and name clearly marked.

Chemicals shall be stored, handled, and applied in accordance with the


directions in the manufacturer’s label.

1.3.3 WORKMANSHIP

a. SITE INSPECTION
A general survey and through examination of the entire premises shall be
undertaken in order to fully understand all existing conditions and to
determine the location and existence of subterranean termite colonies.

b. APPLICATION
Soil poison working solution shall be applied by means of pressure spray,
soil injector, or when specified by direct pouring.

Live termite mounds found within the premises shall be exterminated by


destroying the mounds and/or introducing soil poison working solution
into mounds.
Soil poisoning work shall not begin until all preparations for slab
placement have been completed.

Soil poisons shall not be applied when soil of fill is excessively wet or
immediately after heavy rains to avoid surface flow of soil poison solution
from the application site.

After grading and leveling the soil in the ground, gravel bed shall be set
preparatory to the pouring of concrete at every 10.76 sq.ft. (Square Meter)
floor footing area shall be flooded or soaked with soil poison working
solution.

47
Every 3.28 linear feet (linear meter) of excavation for footing retaining
wall and other foundation work shall be thoroughly drenched and saturated
with soil poison working solution before pouring of concrete.

The solution shall be applied to all areas immediately below expansion


joints, control joints and all areas where slab will be penetrated by pipe
and other construction features.

Masonry wall resting on grades shall have their voids treated with 1 gallon
of soil poison working solution per 5 linear feet (1.52 linear meter) of wall.
Poison shall be poured directly into below spaces.
Prior to landscaping of lawn, every linear meter of building perimeter and
of three-meter width shall be saturated with soil poison working solution.

Earth fill shall be treated thoroughly. As soon as fill is compacted and


leveled, every one square meter area shall be drenched with soil poison
working solution.

c. GUARANTEE
Upon completion and acceptance of the work, the Owner shall be
furnished with a written guarantee stating that termite control is guaranteed
for a period of 10 years and that regular inspections are to be done by the
guarantor to ensure the quality of their work.

1.4 TOPSOILING AND SODDING

1.4.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals
necessary for the supply, delivery and placement of topsoil and sodding, and
shall maintain all planted areas up to the termination of Contract.
All exposed areas and unpaved within the limits of the perimeter fence shall
be final graded with topsoil and sodded as specified herein except where noted
otherwise on the Drawings.

1.4.2 SUBMITTALS

The contractor shall submit to the Construction Officer for approval


representative samples of topsoil to be used prior to any topsoil haulage.
Topsoil delivered to the site that is in the opinion of the Construction Officer
as inferior to the approved submitted samples shall be removed and disposed
of offsite at no cost to the Owner.
The Construction Officer may request submittal of sod samples for approval
or may elect to inspect the place of sod procurement.

48
1.4.3 MATERIALS

a. TOP SOIL
Topsoil shall be natural fertile soil containing a large amount of humus or
organic matter, add shall be representative of soils in the locally capable of
supporting a luxuriant plant growth.
The topsoil shall be reasonably free from clay, brush, weeds, roots, general
debris, stones and any objects larger than 25mm in diameter.

b. WEED ERADICATOR AND SOIL FUMIGANT


Weed eradicator and soil fumigant shall be sodium methyl ditch carbonate
for eradication of weeds, geminating weed seeds, fungi, insects and soil
pests. Strength or dosage application shall be as recommended by the
manufacturer. Soluble fertilizer shall be standard.

c. SOLUBLE FERTILIZER
Soluble fertilizer shall be standard commercial complete fertilizer
containing nitrogen, phosphorus, and potash in 10-10-10 to 10-12-10
percent by weight minimum ratio, respectively, and shall be readily
soluble in water.

d. UREA FERTILIZER
Urea fertilizer shall be standard Fertilizer commercial type, and shall
conform to the following specification:

Total nitrogen ------------- 38 percent minimum


A.I. value ------------------- 47-55 percent
Urea nitrogen ------------- 5 percent maximum
Particle size ----------------All material shall pass 10-mesh sieve
Less than 1 percent may be retained.

e. GRASS SOD
Sod shall consist of a heavy thickly matted growth of living grass that is
relatively dormant during the dry season, but capable of renewed growth
thereafter. Sod shall be free of weeds or undesirable plants, large stones,
or other objects larger than 25mm in diameter. When the sod is procured
grass height shall not exceed 120mm. And there shall be sufficient soil
adhering to the roots to support grass growth.

1.4.4 EXECUTION

a. SURFACE
After areas to be topsoil have been Preparation cleared, grubbed and/or
brought to grades shown on the Drawings, but prior to dumping and
spreading of the topsoil, the entire area shall be inspected and approved by
the Construction Officer. All areas found excessively compacted.
Irrespective of the cause shall be loosened to a depth of at least 150mm to
permit bonding with the topsoil.

49
b. TOPSOIL SPREADING

b.1 Placing
Topsoil shall not be placed when the surged is excessively wet,
extremely dry, or where the areas have not been finally graded. The
topsoil shall be dumped in piles uniformly spaced and shall be spread
evenly over the entire area to provide a minimum depth of 150mm.
Low spots, pockets or ridges in the surface that will cause the
accumulation or pounding of water shall be filled and regraded to a
uniform slope as indicated on the Drawings.

b.2 Cleanup
After the topsoil has been spread and graded as required the surface
shall be raked clear of all large stones, roots and other loose material
which shall be gathered and disposed of offsite. Topsoil and other
extraneous material spilled on paved areas shall be promptly swept up
and removed.

b.3 Compaction
Topsoil shall be compacted with alight roller to a depth of about
100mm. Any erosion, irregularity of grade, or damage to the surface of
the topsoil shall be repaired to the satisfaction of the Construction
Officer prior to any sodding work.

b.4 Weed Eradication and Soil Fumigation


Topsoil shall be maintained in a moistened condition by fine spraying
without pudding or erosion to the desired depth for a period of five (5)
to seven (7) days. This is to stimulate the germination of weed seeds.
Weed eradicator and soil fumigant shall then be applied at the rate of
one (1) liter to 55-110 liters of water for every 10 square meters.

b.5 Pre-Fertilization
Not less than 15 days after the applicant of the weed eradicator and soil
fumigant, soluble fertilizer shall be uniformly spread at a rate of 2
kilograms of 10-10-10 fertilizer per 100 square meters of topsoil.
After spreading, the pre-fertilizer shall be kept well moistened without
puddles or erosion until the fertilizer has been dissolved. Pre-
fertilization shall be applied to all areas prepared for sodding.

c. SODDING
Sod shall be cut into squares or into rectangular sections. Rectangular
sections may vary in length but shall be of equal width and of a size that
will permit lifting and rolling without breaking. Care shall be exercised to
retain native soil on the roots during the process of stripping, transporting
and planting. Dumping from vehicles will not be permitted. During
delivery and while in stacks, sod shall be kept moist. Sod damaged by
handling or by other causes will be rejected.

The surface of the area to be sodded shall be loosened and brought to a


reasonably fine texture to a depth of approximately 20mm. The bed upon

50
which the sod is to be placed shall be moistened to the loosened depth, if
not naturally, sufficiently moist, and the sod shall be placed thereon within
24 hours after having been out.

Sod shall be laid smoothly, edge to edge with staggered joints. Sod shall
be pressed firmly into contact with the bed so as to eliminate all air
pockets, provide a true and even surface and ensure knitting without
displacement of the sod or determination of the surfaces of sodded areas.

Unless otherwise required the sod on slopes shall be laid horizontally


beginning at the bottom of the slopes and working upwards when placing
sod occur checks or similar constructions, the length of the strips shall be
laid at right angles to the direction of flow of the water. On all slopes
steeper than one vertical to three horizontal the sod shall be pegged with
stakes, 200-300mm in length, spaced as required by the nature of the soil
and the steepness of slope. Stakes shall be driven flush with the bottom of
grass blades.

After the sodding operation has been completed, the areas shall be rolled
lightly to obtain an even surface free from depressions and high points.
Edges shall be trimmed and true to line and grade indicated on the
Drawings.

After placing and rolling, the sodded areas shall be soaked with water to a
depth at about 50mm and thereafter shall be watered as required to
establish and maintain plant growth.
Any area that becomes guilded or otherwise damaged shall be repaired to
the satisfaction of the Construction Officer.

Thirty days after sodding, urea fertilizer shall be applied uniformly at a


rate of 5 kilograms of fertilizer per 100 square meters of area. After
application, the area shall be kept well moistened.

d. MAINTENANCE
The Contractor shall maintain the sodded area as required and as directed
by the Construction Officer up to the date of completion of the Contract.
Maintenance shall include watering, fertilizing, weeding, cutting, repairing
and replacement.

The Contractor is expected to turn over the site with a heavy, uniform,
grass cover free of weeds of any other objectionable plant growth.

Any area that becomes guilded or otherwise damaged shall be repaired to


the satisfaction of the Construction Officer. Areas where sodding does not
provide a satisfactory growth shall be replaced with new topsoil and
sodding as required.

The sodded areas shall be routinely watered as required.

51
Sodded areas shall be protected against vehicular/pedestrian traffic or
other construction activity by means of barricades shall remain in place
until final acceptance.

1.5 CONCRETE CULVERT PIPE

1.5.1 GENERAL

Whenever Concrete Culvert Pipes are indicated in the Plans, this work shall
consist of furnishing reinforced and non-reinforced concrete culvert pipes of
the sizes and dimensions indicated on the drawings, conforming to the
specifications and the directions of the Construction Officer.

1.5.2 MATERIALS

The fabrication of the pipes shall conform to the specification of ASHO


Designation M 170. The Construction Officer reserves the right to inspect and
test the pipes delivered for use in the work. Defects that are discovered after
acceptance of delivery of the pipes but before installation of the pipe shall be
cause for rejection without additional cost to the Government. Mortar for pipe
joints shall be composed of one (1) part Portland cement and two (2) parts
sand, and shall conform to the requirements of item RC 100: Plain and
Reinforced Concrete.

1.5.3 WORKMANSHIP

Trenching for concrete culvert pipes shall conform to, and shall be payable
under, item EX 100: Excavation. The pipe trench shall be excavated to the
depth, grade and width established by the Construction Officer. In material
considered satisfactory by the Construction Officer, the pipes may be laid
directly on the trench bed shaped to the form of the pipes for at least 10 per
centum of their outside diameters. In rock or hardpan and other material
considered unsatisfactory by the Construction Officer, the trench bed shall be
excavated 30 centimeters deeper and the required selected or granular material
shall be laid to bed the pipes. In preparing the pipe bed, recesses for pipe bells
shall be provided. Pockets of unsuitable material shall be removed and
replaced with approved selected or granular material.

Pipes shall be carefully laid, with hubs up-graded, ends fully and closely joint,
true to the lines and grades required. After one length of pipe is laid, the lower
portion of the hub shall be primed with mortar on the inside sufficient enough
to bring the inner surfaces of the next pipe flushed and even those of the
previous one. The remainder of the joint on the inside shall then be filled with
mortar and then struck off to a smooth finish. The outside of the joint shall
also be filled with mortar, and excess mortar shall be used to form a bead all
around the outside of the joint. After the initial set of the outside mortar, it
shall be protected from air and sun by thoroughly wetted burlap or earth.

52
The pipes shall be tested for undue settlement and for water tightness of joints,
before backfilling the trench. Unsatisfactorily work shall be corrected without
additional cost to the Government. Backfilling shall conform to, and shall be
payable under, item BF 100: Filling and Backfilling. The mortar joints shall
have set sufficiently prior to backfilling. Backfilling shall be brought up, in
uniform 15-centimeter layer on both side and over the line of pipes, to the
finished grade. Compaction shall be accompanied by sprinkling with water to
obtain at least 95% relative compaction.

1.5.4 METHODS OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, concrete pipes installed complete in place


in accordance with drawings, these specifications, or as directed by the
Construction Officer shall be paid for the total length in linear meters
according to size and kind, measured along the axis of the pipes.

The quantities measured as provided above and accepted for payment shall be
paid for the purposes of progress payments only at the unit price per linear
meter of the kind and size of concrete pipes, in which price and payments shall
constitute full compensation for furnishing or manufacturing of the pipes, for
hauling and installing, for bedding and jointing, and for all other headwalls
and other structures are excluded from the payment prescribed herein. Final
payment shall not exceed the total amount for this work item shown in the
Proposal Schedule.

When the Proposal Schedule does not provide separate payment for work
herein specified, full compensation therefore shall be considered as included
in the lump sum contract price for Exterior Drainage System within the
purview of items PS 100.

1.6 ROADWAYS AND PAVING

1.6.1 GENERAL

Whenever Roadways and Paving are called for in the Plans, the Contractor
shall furnish all labor, materials, equipment and incidentals for the
construction of new pavement, sidewalks, gutters and curbs, and for the
restoration of existing pavement, sidewalks, gutters and curbs, as shown on the
Drawings and as specified herein. The Construction Officer may direct the
Contractor to excavate and repave additional areas to those indicated.

1.6.2 STANDARD SPECIFICATION REFERENCE

Except as otherwise specified herein, materials and construction shall be in


accordance with the “Republic of the Philippines, Department of Public
Highways, General Specifications for Roads and Bridges, 1976.”

ASTM D1559 Resistance to Plastic Flow of Bituminous Mixture Using


Marshall Apparatus.

53
1.6.3 MATERIALS

Granular subbase and base course materials shall be as specified under Items
300, 301, and 302 of the General Specifications. Grading requirements shall
be as follows:
Sub-base Standard Sieve Size Percent Passing
75.00 mm 100
37.50 mm 80 - 100
9.50 mm 45 - 100
4.75 mm 30 - 85
2.00 mm 15 - 65
0.425 mm 5 - 35
0.075 mm 0 - 15

Base Standard Sieve Size Percent Passing


25.00 mm 100
19.00 mm 75 - 100
7.75 mm 40 - 60
2.00 mm 25 - 45
0.425 mm 2 - 25
0.075 mm 5 - 12

Concrete shall meet the requirements for structural concrete.

For asphalt concrete, under Item 401 of General Specifications, aggregate


grading shall be Class B. Test specimens of the job-mix formula shall be
prepared and tested in accordance with the design procedures given for the
Marshall Method of Mix design, and shall meet the requirements given below
when tested in accordance with ASTM D1559.

Marshall Stability N 3300 min


Flow, 0.25 mm 8 - 46
Percent voids in total mix 3-5
Use 75-blows/end compaction

The job-mix formula shall be submitted for the Construction Officer’s


approval that may change the aggregate grading and bitumen content to
improve the quality of the mix.

For Gravel surfacing material, under Item0 407 of General Specifications 1


grading requirements shall be as follows:

Standard Sieve Size Percent Passing


25.00 mm 100
19.00 mm 85 - 100
9.50 mm 60 - 100
4.75 mm 50 - 85
2.00 mm 40 - 70
0.425 mm 25 - 45
0.075 mm 10 - 25

54
1.6.4 WORKMANSHIP

a. SUBGRADE
Following clearing, grubbing and preparation stripping of topsoil the
subgrade shall be prepared by sprinkling and rolling with a steel roller
until the subgrade is completed to 90 percent of optimum. Subgrade in cut
areas shall be scarified to a depth of 0.15 m and recompacted at a moisture
content slightly above the optimum.

Areas that require common fill to raise to sub-grade elevations shown on


the Drawings shall be filled except that no lift shall be thicker than 150
mm.

Where existing sub-grade materials have been disturbed, or are in the


opinion of the Construction Officer unsuitable for subgrade, the materials
shall be removed as directed and shall be replaced with common fill and
shall be compacted.

No subbase material for new restored pavement shall be placed until the
Construction Officer has inspected and approved the subgrade.

b. SUBBASE AND BASE COURSE MATERIALS


Aggregate Base Course shall be placed and compacted as shown on the
Drawings, and as required in - Aggregate Base Course.

The finish base course shall not vary more than 1.5 centimeters above or
below the set grade at any point. Any area that does not conform to the
grading requirements shall be reworked and recompacted.

c. PORTLAND CEMENT CONCRETE PAVEMENT


See - Portland Cement Concrete Pavement.

d. SIDEWALKS
All sidewalks disturbed during the course of the work shall be restored to
their original condition. New sidewalks shall be 21 Map concrete.

New concrete pavement shall be in accordance with - Concrete of the


General Specifications.

Concrete pavement to be removed shall be up to vent lines cut by an


abrasion saw. Where existing reinforcing steel is removed it shall be
replaced with equivalent steel bars.
Concrete curbs and gutters shall be constructed as indicated on plans. All
exposed concrete edges shall be finished with an edging tool having a 1-
cm radius.

55
1.7 CONCRETE CURB AND GUTTER

1.7.1 GENERAL

Whenever indicated in the plans, this work shall consist of concrete curb or
combined curb and gutter, constructed at the locations and to the dimensions,
shape shown on the drawings and specified herein or as directed by the
Construction Officer.

1.7.2 MATERIAL

Concrete shall be of the class of strength shown on the drawings and shall
conform to the requirements of Plain and Reinforced Concrete. Pre-molded
filler for expansion joints shall conform to the specifications of AASHO M-33
and poured filler for intermediate construction joints shall be of mixed asphalt
and mineral filler or mixed asphalt and rubber filler conforming to the
specifications of AASHO M-89, with asphalt having a penetration (77oF,
100gr., 5 specs.) within the range of 30 to 50 and a softening point of not less
than the range of 30 to 50 and a softening point of not less than 90 oC (200oF).
Steel reinforcement, if any, shall conform to the specifications of ASTM
Designation: A615, Grade 40.

1.7.3 WORKMANSHIP

Formwork for concrete placing shall be constructed upon the prepared base
previously completed in accordance with the requirements of Aggregate Base
Course. Forms shall be smooth on the side placed next to the concrete and
shall have a true smooth upper edge. The depth of forms for back of curbs
shall be equal to the full depth of the curb, and the depths of the face of the
forms for curbs shall be equal to the full-face height of the curb. Forms shall
be rigid enough to withstand the pressure of fresh concrete without distortion,
and shall be thoroughly cleaned and coated with form oil to prevent adherence
of concrete. Setting of forms shall conform to the required dimensions and to
the alignment and grade shown on the drawings. Stakes shall be positioned to
hold the form rigidly in place and clamps, spreaders, and braces shall be
additionally placed where necessary to enhance rigidly in the forms. Benders
or thin plank forms cleaned together may be used on curves, grade changes, or
for curb returns. In constructing curbs, entrances shall be provided for
driveways, with dimensions shown on the drawings or designated by the
Construction Officer. Dowels and reinforcements shall be of the size, shape
and spacing shown on the drawings.

The curb and gutter shall be constructed in uniform segments not more than 5
meters in length, except where shorter segments are required to coincide with
the location of weakened plane or contraction joints in the adjacent concrete
pavement, or for closure, but no segment shall be less than 2 meters long. The
poured joint shall be formed by sheet templates that will give the required
joint thickness and that are cut to the cross-section of the curb or the combined
curb or gutter. The templates are set carefully normal to the line of curb and
to plane of gutter and held firmly in place until the concrete has set sufficiently

56
to hold its shape. They are removed shortly after the curb face form is
removed, but before all the other forms are removed. Expansion joints shall
be formed with pre-molded joint maternal, likewise placed normal to line or
curb and to plane of gutter, cut and shaped to the cross-section of the curb and
gutter, and positioned at locations shown on the drawings.

Concrete shall be placed and consolidated in the forms without segregation.


Prior to the removal of the forms, the surface of concrete shall be shaped true
to grace by means of a straight edge float preferably 3 meters long, operated
longitudinally over the surface of the concrete. For clamps and braces shall
have been so positioned as not to interfere with the operation of this float.
Immediately after the removal of the front curb forms, the face of the curb
shall be floated and trowelled smooth. No plastering will be permitted and the
finishing shall be accomplished by simply floating the green concrete,
accompanied by careful wetting. Minor defects shall be repaired with mortar
containing one part Portland cement and two parts of fine aggregate. Corners
and edges shall be rounded to the radii shown on the drawings. Surface
irregularities in excess of 6 millimeters in 3 meters shall be considered as
cause for rejection of segment, which shall be removed and replaced without
additional cost to the government.

Removal of the rest of the forms may be done after 24 hours that the concrete
is placed, but proper protection shall be made by the Contractor to prevent
injury or damage to the finished concrete. After finishing and sufficient
hardening to the concrete curb or the combined concrete curb and gutter,
curing shall be immediately done by any method specified under Plain and
Reinforced Concrete. Backfilling next to the curb shall be performed and paid
for under the provisions of Filling and Backfilling.

1.7.4 METHOD OF MEASUREMENT AND BASIS OF PAYMENT

For purposes of progress payments, the quantity to be paid for shall be the
total length in linear meters of concrete curb and gutter, completed and
measured in place. Measurement shall be made along the face of the curb,
whether the portion being measured is straight or curved. No deductions shall
be made for flattening of curbs at entrances.
The quantity of curb or combined curb and gutter as measured above shall be
paid for purposes of progress payments only at the unit price bid per linear
meter, in which price and payment shall constitute full compensation for all
materials, labor, plant, equipment, tools and incidentals necessary to complete
the work. Inclusive of form work, concrete placing, finishing, shaping, curing,
joining, etc. Final payment shall not exceed the total amount for this work
item as shown in the Proposal Schedule.

57
II. CONCRETE WORKS
2.1 CONCRETE

2.1.1 GENERAL

The Contractor shall furnish all labor, materials, equipment and incidentals
necessary for the construction of all concrete work including reinforcing steel,
forms, water stops and miscellaneous related items such as wall sleeves,
anchor bolts and embedded items specified under other sections.

2.1.2 STANDARD SPECIFICATION REFERENCE

The following Standards are referred to:

ASTM C31 Making and Curing Concrete Test Specimens in the Field
ASTM C33 Concrete Aggregates
ASTM C39 Compressive Strength of Cylindrical Concrete Specimens
ASTM C42 Obtaining and Testing Drilled Cores and Sawed Beams of
Concrete
ASTM C94 Ready-Mixed Concrete
ASTM C143 Slump of Portland Cement Concrete
ASTM C150 Portland Cement
ASTM C231 Air Content of Freshly Mixed Concrete by the Pressure Method
ASTM C260 Air-Entraining Admixtures for Concrete
ASTM C494 Chemical Admixtures for Concrete
ACI 301 Specifications for Structural Concrete for Buildings
ACI 347 Recommended Practice for Concrete Form Work

2.1.3 GENERAL PROVISION

Concrete shall be site mixed or transit-mixed as produced by a plant


acceptable to the Construction Officer.

When a small mixer is used, concrete placed under such conditions shall be
mixed for not less than 1½ minutes after all the materials are in the mixer
drum.

All testing shall comply with the latest applicable ASTM test Methods (ASTM
C31 and ASTM C39). Samples of aggregate and concrete as placed will be
subjected to laboratory tests and all materials incorporated in the Work shall
conform to the approved samples.

58
2.1.4 PRODUCTS

a. MATERIALS
a.1 Cement
Cement shall be Portland cement of a brand approved by the
Construction Officer and conforming to ASTM C150. Type I
or Type II.

a.2 Aggregates
Fine Aggregate shall be washed inert natural sand conforming
to ASTM C33, and shall range in size within the following
limits of US Standard Sieve sizes.

Sieve Designation Percent (%) Passing

4.75mm (No.4) 95 -100


2.36mm (No.8) 80 -100
1.18mm (No.16) 45 - 70
300 micron (N0.50) 15 - 30
150 micron (No.100) 3- 8
Maximum silt content - 2 percent

Coarse aggregate shall be well-graded crushed stone or


washed gravel conforming to ASTM C33, having the
following maximum size:

25mm - for plain concrete


20mm - for reinforced concrete sections

Maximum silt content - 1 percent

a.3 Water
Water shall be potable, clean and free from deleterious amounts
of acids, alkalis, oils or organic matter.

a.4 Admixtures
Approved water reducing agent conforming for Ready to
ASTM C494. Type A or D shall be used and shall entrain 3.0
to 5.0 percent air in the resultant concrete. Proportioning and
mixing shall be as recommended by the manufacturer.

No other admixtures will be permitted except that an air


entraining admixture, as a moderate addition to the water
reducing agent may be employed if the water reducing agent
does not give 3.0 to 5.0 percent air, but only with prior
approval of the Construction Officer. Such air-entraining
admixture shall comply with ASTM C260 and shall be
compatible with the water reducing agent and have no chemical
reaction between them in one solution.

59
The total entrained air measured at the discharge from the truck
shall be a maximum 3.0 percent for finished slabs and 3.5 to
5.0 percent for all other concrete. Air shall be measured in
accordance with the Pressure Method. ASTM C231.

If pumping concrete is approved by the Construction Officer


then additional admixtures maybe submitted for the approval.

a.5 Grout
Where a non-shrink or expanding type grout be called for in the
Drawings or specified herein an “expandable” compound, as
approved by the Construction Officer, will be added to the
cement grout mixture.

b. QUALITY OF CONCRETE

The actual development of mix proportions composed of Portland


cement, admixtures, aggregates and water to produce concrete which
conforms to the specific requirements shall be determined by means of
prior laboratory tests performed by the Contractor with the approved
constituents to be used in the Work.

b.1. Proportioning
Well advance of placing any concrete, the Contractor shall
discuss with the Construction Officer the source of materials
and concrete mixture he proposes to use. Representative
samples of aggregate and cement and their test results shall be
furnished to the Construction Officer.

The Contractor shall allow ample time to develop a proposed


design mix or to modify the proposed design mix within the
limits of these Specifications whenever, in the opinion of the
Construction Officer, it becomes necessary or desirable.
The following minimum compressive strengths, water cement
ratios and cement factors as indicated in Table A shall apply for
regular and pumped concrete.

TABLE A

Minimum Maximum Net


Minimum
Compressive Water Content (2)
Cement Content Installation
Strength at 28 (Litres/100kg
(3) (kg/M3)
Days (MPa) (1) Cement)

Concrete Fill 17 62.0 260

All Structural 21 55.0 320


Concrete

60
Consistency of the concrete as measured by the requirements of
ASTM C143 shall be as shown in Table B below:

TABLE B

Slump (mm)
Type of Structure
Recommended Range

Pavement and slabs on ground 50 25-75

Plain footings, gravity walls, slabs and 50-75 25-100


beams

Heavy reinforced foundation walls and 50-75 50-100


footings

Thin reinforced walls and columns 75 75-100

No excessively wet concrete will be permitted. Concrete


delivered to the site having a slump in excess of that specified
in Table B will be rejected.

The temperature of the concrete, at the time of placement shall


normally be 30oC or below, but shall never exceed 32oC. Any concrete
delivered to the site of placement having a temperature above 32 oC
will be rejected. The Contractor will be responsible for employing
whatever measures necessary to comply with these temperature
requirements.

c. FORM WORK

The contractor shall design, furnish and install all form works and
supports required to confine the concrete and shape it to the lines
shown in the Drawings. Forms will be required for any concrete
surface that slopes more than 15o from the horizontal. Form design
shall conform to ACI 347. Forms shall have sufficient strength to
withstand the pressure resulting from placement and vibration of the
concrete and shall be sufficiently tight to prevent loss of mortar from
the concrete.

Forms shall be made of either steel or new approved lumber and shall
be free from roughness and imperfections.

Steel forms, if used shall be steel plate not less than 4mm thick. All
bolt and rivet heads shall be countersunk. Clamps, pins or other
connecting devices shall be designed to hold the forms rigidly together
and to allow removal without injury to the concrete. The joints
between the metal sheets shall be smooth and as nearly perfect as
practicable. Use of forms with dents, buckled areas or other surface
61
irregularities, or the burning of holes for form ties will not be
permitted.

Form ties encased in concrete, other than those specified in the


following paragraph, shall be designed such that after removal of the
projecting part, no metal shall be within 25mm of the face of the
concrete. That part of the tie to be removed shall be at least 12.5mm in
diameter, or shall be provided with a wood or metal cone with at least
12.5mm in diameter and 25mm long. Form ties in concrete exposed to
view shall be the cone-washer type. Through bolts or common wire
shall not be used for from ties.

Form ties exposed exterior walls shall be as specified in the preceding


paragraph except that the cones shall be of approved wood of plastic.

The Contractor shall assume full responsibility for the adequate design
of all forms. However, any forms which in the opinion of the
Construction Officer are unsafe or inadequate in any respect may at
anytime be condemned by the Construction Officer, additional forms
are necessary to maintain the progress schedule, such additional forms
shall be provided by the Contractor at his own expense.

An approved colorless mineral fill conforming to ASTM D1500, free


of kerosene and with a viscosity of not less than 250 seconds at 100
Fahrenheit and a flash point not less than 300oF.

2.1.5 EXECUTION

a. MIXING OF CONCRETE

Mixing of ready-mixed or transit-mixed concrete shall conform to


ASTM C94, and the requirements herein, and as approved by the
Construction Officer. The Contractor shall furnish a statement to the
Construction Officer for his approval, giving the dry proportions to be
used, with evidence that these will produce concrete of the quality
specified.

Ready-mixed or transit-mixed concrete shall be transported to the site


in watertight agitator or mixer trucks, which shall be loaded and in
excess of the rated capacities for the respective condition stated on the
nameplate. Discharge at the site shall be within 1 hour after the
cement was first introduced into the mix. Retampering, that is, mixing
with or without additional cement, aggregate, or water to the concrete,
which has, partially hardened will not be permitted.
Trucks shall be dispatched from the batching plant so that they will
arrive at the site just before the concrete is required, to avoid excessive
mixing while waiting, or delays in placing successive layers of
concrete in the forms.

62
In the event the Contractor is unable to deliver mixed concrete to the
work site within the period specified above, a “Dry-mix” method may
be employed upon prior approval of the Construction Officer. If a
“Dry-mix” method of concrete production is to be used, water tanks,
water pumping and metering facilities required for addition of water to
the trucks upon arrival at or near the work site shall be provided.

b. FORMS

Formwork shall be adequately braced tied to prevent movement. All


shoring shall be periodically checked to ensure that member have not
been dislodged or loosened during concrete placement. No wooden
spreaders will be allowed in the concrete.

Forms shall be thoroughly cleaned before using and shall be treated


with non-staining oil or other approved material and allowed to dry
before placement of the reinforcement steel.

Molding or bevels shall be built into the forms to produce a 20mm


chamber on all exposed projecting corners.

Forms for walls shall have removable panels at the bottom for
cleaning, inspection and scrubbing-in of bonding paste. The size,
number and location of such panels shall be subject to the approval of
the Construction Officer. Alternative method for ensuring bonding to
previously placed concrete may be used only his prior written
approval.

Before form material is reused, all surfaces in contact with concrete


shall be thoroughly cleaned, all damaged places repaired, all projecting
nails withdrawn, and all protrusions smoothen.

c. PLACING OF CONCRETE

No concrete shall be placed until the forms, reinforcement steel, pipes


conduits, sleeves, anchors and other embedded items have been
inspected and approved by the Construction Officer. The Contractor
shall advise the Construction Officer of his readiness to proceed at
least 12 hours prior to each placement of concrete. No concrete shall
be placed except in the presence of a duly authorized representative of
the Construction Officer.

Pipe, conduits, dowels and other ferrous items required to the


embedded in the concrete construction shall be positioned and
supported prior to the placement of concrete such that there will be a
minimum of 50mm clearance between said items and any part of the
concrete reinforcement. Securing such items in position by wiring or
welding it to reinforcement will not be permitted.

63
Before depositing any concrete, all debris, dirt and water shall be
removed from the forms. The surfaces of previously placed concrete,
such as vertical or horizontal construction joints, shall be roughened,
cleaned of foreign matter and laitance to expose a fresh face and
saturated with water at least two hours before and again shortly before
the new concrete is placed. Immediately before the new concrete is
placed, wherever possible, all hardened surfaces shall receive a
thorough coating of neat cement slurry mixed to the consistency of
very thick paste at least 5mm thick which shall first be well scrubbed-
in by means of stiff bristle brushes. The new concrete then shall be
placed before the neat cement sets up.

Concrete which upon or before placing is found not to conform to the


requirements specified herein shall be rejected and immediately
removed from the work. Concrete which is not placed in accordance
with these specifications or which is of inferior quality, as determined
by the Construction Officer, shall be removed and replaced by and at
the expense of the Contractor.

Unless specifically approved in writing by the Construction Officer,


concrete shall not be placed in water or stay submerged within 24
hours after placing, except for curing, nor shall running water be
permitted to flow over concrete surfaces within 4 days after the placing
of concrete.

Concrete shall be uniformly placed as near as possible to its final


location in the forms. The placing of concrete in forms shall not
exceed 0.60 meter of vertical rise per hour. The spreading of mounds
of concrete with vibrators or by shoveling will not be permitted. Each
lift shall be completed with an approximately horizontal upper plastic
surface.

Chutes for conveying concrete shall be of metal, U-shaped and


provided with a baffle plate at the end to prevent segregation. Chutes
shall be placed at an angle of not less than 25 degrees, or more than 45
degrees from horizontal, and shall be kept clean and free from
hardened concrete. Maximum length of chute to b traveled by the
plastic concrete shall not be more than 1.50 meters. Chutes, hoppers,
spouts, etc., shall be thoroughly cleaned before and after each run, and
the water and debris discharged outside the Formwork.

Pumping of concrete will be permitted only with the approval of the


Construction Officer, and under the following conditions:

1. The Construction Officer will inspect the pumping


equipment and hose prior to placement of concrete. Any
equipment, hose, or appurtenances not functioning properly, or
which are otherwise unacceptable to the Construction Officer
shall be replaced before pumping operations are started.

64
2. A fully operable standby complete concrete pumping unit
shall be available at the site during any pumping of concrete.

3. The minimum diameter of hose or conduit shall be 100mm.

4. Aluminum conduits for conveying of concrete will not be


permitted.

In the walls or columns of considerable height, the concrete shall be


placed in such a manner as to prevent segregation and accumulation of
hardened concrete on the forms or the reinforcement steel located
above the concrete mass. In no case shall the free fall of concrete be
permitted to exceed 1.50 meters below the ends of hoppers, chutes,
ducts, tremies, hoses or “windows” in wall forms, without special
approval of the Construction Officer.00

Where water stop type construction joints are provided, special care
shall be taken to ensure that the concrete is properly worked by rotting
and vibration around the water stops to produce watertight joints,
particularly in the case of horizontal water stops in slabs where the
concrete must be in complete contact with the underside surfaces
before any concrete is poured on the upper surfaces of the water stop.

Water stops shall be accurately positioned and securely held in place,


and shall be protected at all times to prevent damage or displacement.
Any damage to, or displacement of water stops shall be corrected by
the Contractor to the satisfaction of the Construction Officer.

d. TAMPING AND VIBRATING


During and immediately after depositing the concrete, compaction
shall be carried out by experienced operators using high-speed internal
mechanical vibrators. Care shall be taken to ensure that vibration is
continued long enough to produce optimum consolidation but without
permitting segregation of the aggregates or migration of air.

At least one vibrator shall be used for every 8 cubic meters of concrete
placed per hour and, in addition, two spare vibrators in operating
condition shall be available on the site.

Vibrators including suitable tamping bars or forked tools shall be


supplemented by proper wooden spade pudding adjacent to forms and
rodding around embedded fixtures to remove trapped air bubbles, and
to prevent honeycombing.

e. CURING AND PROTECTION

It is the intent of these Specifications and to obtain properly cured


concrete. The Protection basic requirement of proper curing is to
maintain continuous moist surface from the time of placing the
concrete until the end of curing period. All details of the Contractor’s

65
curing procedures and materials used shall be subject to the
Construction Officer’s approval. The use of curing compounds may be
acceptable but shall require prior approval in writing by the
Construction Officer.

The Contractor shall protect all concrete work against injury from the
elements and defacements of by nature during construction operations.

All exposed surfaces including finished surfaces shall be treated


immediately after concrete has been poured, to provide continuous
moist curing for at least 7 days. Walls and vertical surfaces may be
covered with continuously saturated burlap or kept moist by other
approved means. Horizontal surfaces, slabs, etc., shall be pounded to a
depth of 15mm or kept continuously wet by means of sprinklers or
other approved methods.

Formed surfaces shall be thoroughly soaked with water at least twice


each day until the forms are removed.

Where finishing of concrete surfaces is performed before the end


curing period, the concrete shall under no circumstances be permitted
to dry out and shall be kept continuously damp by means of a fog spray
of water from the time the concrete has been placed until the end of the
curing period.

f. REMOVAL OF FORMS

The Contractor shall not remove any forms for at least 48 hours or
until the concrete has attained a strength of at least 30 percent of the
ultimate strength. This is equivalent to approximately 50 day-degrees
of moist-curing. Day-degree represents the total number of day’s
times the average daily air temperature in oC at the surface of the
concrete, e.g. 2 days at an average temperature of 25oC equals 50 day-
degrees.
Forms for beams and slabs shall not be stripped for at least 150 day-
degrees and supports shall not be removed until the concrete has
attained at least 60 percent to the specified 28-day strength and is
capable of safely supporting its own weight. Construction live loads
shall not be placed upon it until the concrete has attained its specified
28-day strength.

Forms shall be stripped such that they will not damage the concrete.
Notwithstanding the specified minimum stripping times mentioned
above the Contractor is ultimately responsible for the safely of all
structures.

g. REPAIR OF DEFECTIVE CONCRETE

Defective or honeycombed areas, as determined by the Construction


Officer, shall be chipped down to at least 25mm deep into sound

66
concrete by means of chisels or chipping hammers. If honeycombs
around reinforcement steel, a clear space at least 10mm wide shall be
chipped all around the steel.

For areas than 40mm deep, the patch may be made for filling form tie
holes, etc.

Thicker repairs will required build-up in successive 40mm deep meters


on successive days, and each layer shall be applied with neat cement
paste as described in paragraph 2 above.

For very deep patches the Construction Officer may order the use of a
non-shrink grout, with or without the addition of pea gravel. The
materials shall be composed of 1 to 1½ cement/sand mortar without
non-shrink grout components to prevent rust staining of the surface.
After hardening, the patch shall be rubbed as for filling form-tie voids.

All exposed concrete surfaces and adjoining work stained by spilling


or leakage of concrete shall be cleaned to the satisfaction of the
Construction Officer.

All cracks that appear in the concrete prior to acceptance of the work
shall be “veed” and filled with sealant.

h. EVALUATION AND ACCEPTANCE

After the removal of the forms any concrete, judged by the


Construction Officer as defective and beyond repair, shall be rejected,
demolished and replaced with new concrete in a manner acceptable to
the CO. The evaluation and acceptance of concrete shall be in
accordance with Chapter 17 of ACI Standard 301.

i. INSPECTION

Installation of reinforcing steel, pipes, sleeves, anchors and other


embedded items, batching, mixing, transportation, placing, curing and
finishing of concrete shall at all times be subject to the inspection of
the Construction Officer.
No concrete shall be placed without prior notice to and approval of the
Construction Officer.

j. FIELD CONTROL
Sets of four (4) field control cylinder specimens will be taken at
random by the Construction Officer, in conformity with ASTM C31.
Generally, approximately one (1) per 50 cubic meters, but not less than
one (1) set per day will be made during concreting operations.

Two (2) cylinders will be tested after 7 days and two cylinders after 28
days. Compressive tests, in accordance with the Standard test

67
described in ASTM Method C39, will be performed by a laboratory
acceptable to the owner, and paid directly by the Contractor.

The Contractor shall provide the concrete for the test cylinders and
such auxiliary personnel and equipment needed to take the test
specimens.

k. FIELD TESTING
Should the average strength of the 28-day test specimens be less than
that specified in Table A, the Construction Officer may require drilled
core samples from the portion of the structure which was determined
by him to represent the deficient 28-day test specimens.

If the strength of any of the drilled core samples is less than the
minimum requirements shown in Table A, the Construction Officer
may direct the Contractor to strengthen or replace the portions of the
structure concerned at the Contractor’s expense, and the Construction
Officer’s satisfaction

Drilled core samples shall be taken and tested in accordance with


ASTM C42 except that they shall have an L/D ratio of not less than
1.25 prior to capping for testing. All core samples so tested shall be
tested in a saturated state.

All costs associated with the cutting and preparing of drilled core
samples shall be done by the Contractor. Testing of the drilled core
samples shall be at the expense of the Contractor.

Slump tests, entrained air measurements, temperature, and testing of


admixtures will be made in the field by the contractor at his own
expense in the presence of the Construction Officer.

2.2 CONCRETE REINFORCEMENT

2.2.1 GENERAL

a. SCOPE OF WORK
The Contractor shall furnish, fabricate and install all steel bar and tie
wire, clips, supports, chairs and spaces required for the reinforcement
of concrete, as shown on the Drawings and/or specified herein.

b. STANDARD SPECIFICATION REFERENCE


The following Standards are referred to:

ASTM A82 Cold Drawn Steel Wire for Concrete Reinforcement


ASTM A497 Welded Deformed Steel Wire Fabric for Concrete
Reinforcement
ASTM A615 Deformed Billet Steel Bars for Concrete Reinforcement
ASTM 315 Manual of Standard Practice for Detailing Reinforced
Concrete Structures

68
c. SHOP DRAWINGS
The Contractor shall submit three (3) sets of completely detailed
working drawings and schedules of all reinforcement for review to the
CO. The bending diagrams and bar lists shall be detailed in
accordance with ACI 315.

Fabrication of reinforcement steel shall not proceed until the


construction joint locations and the shop drawings have been reviewed
by the CO and returned to Contractor marked “No comment”.

d. SUBSTITUTIONS
The following reinforcing steel bar sizes shall be used for all
reinforced concrete design under this Contract:

Bar Designation Approximate Cross Approximate


Section Area (mm2) Unit Weight
(kg/m)

#10 78 0.616
#12 113 0.888
#16 201 1.579
#25 492 3.854
#28 615 4.833
#32 804 6.313
#36 1018 7.991

Should the Contractor wish to use reinforcing steel bars having areas
different from those shown (with consequent different designations),
the following requirements shall apply.

If the proposed substitute bar has an area from 97% to 105% of the
designated bar, a direct substitution may be made without changes to
bar spacing.
If the proposed substitute bar has an area less than 97% of the
designated bar, the substitution may be unacceptable without changes
in bar spacing. If the proposed substitute bar has an area more than
105% of the designated bar, changes in spacing may be proposed by
the Contractor. Changes in spacing are limited to a maximum spacing
of 300mm. All proposed changes shall be submitted to the CO for
approval.

Proposed changes spacing shall be submitted to the CO for


consideration by way of the reinforcing arrangement drawings
required as shop drawings. These should not be prepared until
the CO’s sanction in principle to the substitution has been

69
obtained and the CO’s guidelines received on such related
criteria as maximum and minimum spacing and bond
requirements.

Approval by the CO of bar size substitution does not relieve the


Contractor from other specified requirements including steel
grade and bar deformations.

2.2.2 PRODUCTS

a. MATERIALS
Reinforcement steel shall be deformed, new billet steel bars
conforming to ASTM A615, grade 40 substantially free from mill
scale, rust, grease or other foreign matter.

Rail-steel bars will not be permitted in the work.

Reinforcement steel shall bear a mill identification symbol, and shall


be tagged with the size and mark number so that different types may be
identified and shall be stored off the ground to protect the steel
moisture and dirt, until placed in final position.

Steel wire for tying reinforcing and waterstops shall conform to ASTM
A82.

Welded wire fabric for concrete reinforcement shall conform to ASTM


A497. Welded intersections shall be spaced no further apart than 40cm
in the direction of the principal reinforcement.

2.2.3 EXECUTION

a. FABRICATION OF REINFORCEMENT
Reinforcement steel shall be accurately formed to the dimensions
shown on the shop drawings and bar schedules.

All reinforcing bars shall be bent cold around a pin with a free
revolving collar having a diameter proportional to the diameter of the
bar of not less than the following:

a. Two times for stirrups.


b. Six times for bars up to and including 25mm diameter.
c. Eight times for bars over 25mm diameter.
Reinforcement steel shall not be straightened nor rebent. Bars with
kinks or bends not shown on the Drawings will not be accepted.

b. INSTALLATION OF REINFORCEMENT
Reinforcing bars shall be accurately placed as shown on the Drawings
and in accordance with the shop drawings and schedules. The
reinforcing bars shall be secured against displacement with annealed

70
iron wire ties of minimum 1.5mm diameter or suitable clips at the
intersections.

Except as otherwise indicated on the Drawings, reinforcement steel


shall be installed with a clearance for concrete cover follows:

b.1 Concrete placed directly on earth 75mm


b.2 Formed surfaces in contact with the
soil, water or exposed to the water 50mm
b.3 Concrete cover of main reinforcement
steel for columns and beams 50mm
b.4 Walls not in contact with the soil,
water or exposed to the weather 40mm
b.5 Underside of slabs over water surfaces
but not in contact with the water 50mm
b.6 All other slab surfaces 25mm

No reinforcing bars shall be welded.

All reinforcing bars in slabs shall be supported on concrete cubes or


chairs of the correct height, containing soft steel wires embedded
therein for fastening to the reinforcement steel. Such spacers or chairs
shall have a minimum compressive strength of 21 MPa.

Reinforcing bars for vertical surfaces in beams, columns and walls


shall be properly and firmly positioned from the forms by means of
stainless steel (tipped) boisters or other equal methods approved by the
CO.

Reinforcement steel projecting from structures that are to be concreted


or where concrete has already been poured shall not be bent out of its
correct position.

Lapping of reinforcing bars shall be as indicated on the Drawings.

Before being placed in position, reinforcing bars shall be thoroughly


cleaned of rust, scale, dirt and other coating. When there is delay in
placing of concrete after reinforcing bars are in place, bars shall be re-
inspected and cleaned when necessary.

71
III. MASONRY WORKS
3.1 GENERAL

3.1.1 SCOPE OF WORK

The work includes furnishing all labor, materials and services, equipment,
plant and other facilities and the satisfactory performance of all work
necessary to complete all cement and masonry work shown in the plans and
specified herein.

The work under this section shall include but not be limited to the following:

a. Concrete Hollow Block Walls


b. Masonry Reinforcing Bars for Concrete Blocks
c. Grouting
d. Connecting Wall Anchors, Ties, Bolts and Related Embedded
Items
e. Installation Only of Frames for Doors, Windows, Louvers, Steel
Lintels and Recessed Fixtures.

3.1.2 STANDARD SPECIFICATION REFERENCES

The following Standards are referred to:

ASTM C32 Concrete Aggregates


ASTM C90 Hollow Load-Bearing Concrete Masonry Units
ASTM C144 Aggregate for Masonry Mortar
ASTM C150 Portland Cement
SAO No.15-2 Standardization of Concrete Hollow Blocks

3.1.3 PROTECTION OF MATERIALS

All materials for the work of this section shall be delivered, stored and handled
so as to preclude damage of any nature. Manufactured materials, such as
cement, shall be delivered and stored in their original containers, plainly
marked with identification of material and maker. Materials in broken
containers, or in packages showing watermarks or other evidence of damage,
shall not be used and shall be removed from the site.

3.1.4 SAMPLES

The contractor shall submit to the CO for approval samples of concrete blocks,
and also information on the cement and sand such as chemical analysis of
cement and the sieve analysis of sand.

72
3.2 MATERIALS

3.2.1 CEMENT

Cement shall be normal Portland cement conforming to ASTM Specifications


C150, Type I. Masonry cements shall not be used. One color of cement shall
be used throughout the Work.

3.2.2 SAND FOR MORTAR

Sand shall be clean, durable particles, free from injurious amounts of organic
matter. The sand shall conform to ASTM Specifications C144 or C33 as
required. Sand for grout shall conform to ASTM Specifications C144 or C33
as required.

3.2.3 WATER

Water shall be free from injurious amounts of oils, acids, alkalis, organic
matter, and shall be clean and fresh.

3.2.4 CONCRETE HOLLOW BLOCKS (CHB)

a. CLASSIFICATION

Concrete block shall conform to ASTM C90, Grade N, and/or to the


Philippine Bureau of Standards SAO No. 15-2. The load bearing concrete
blocks, Type I, shall be divided into the following two classification:

a.1 Class A, for use in exterior walls below grade and for exterior
walls above grade that may be exposed to the weather.

a.2 Class B, for general use in walls above grade not exposed to the
weather.

b. MANUFACTURING REQUIREMENTS

Concrete hollow blocks shall be manufactured to the requirements as


shown in Table I.

TABLE I

Minimum Face Compressive Water Moisture


Shell Thickness Strength Minimum Absorption Content
(mm) (Average Gross Maximum Percentage of
Area MPa) (KN/cu.m.) Total
Absorption
Sample Average Individual Average of 5 Average of 5
of 5 Sample Samples Samples
Samples

73
A 6-9 5.5 240 40
B 4-8 4.1 240 40

Aggregate for concrete blocks shall consist of sand and evenly graded pea
gravel conforming to ASTM C33.

All concrete hollow blocks shall be even textured with straight and true
edges, wet steam cured for at least 18 hours and then air cured in covered
storage for not less than 28 days before delivery to the job site.

Units when received at the construction site shall be stacked so as to


provide air circulation, and shall be protected from the weather. The
moisture content of hollow blocks when laid shall not exceed 35 percent of
total absorption.

c. DIMENSIONS

The actual dimensions of the concrete hollow blocks shall be as shown in


Table II below.

TABLE II

NOMINAL DIMENIONS (mm) ACTUAL DIMENSIONS (mm)


Width Height Length Width Height Length
100 200 400 92 194 397
150 200 400 143 194 397
200 200 400 194 397

No overall dimension shall differ from the specified actual dimensions by


more than 3mm.

d. MINIMUM FACE SHELL AND WEB THICKNESS

The following dimensions shown in Table III below shall apply for
minimum face and web thickness:

TABLE III

NOMINAL WIDTH MINIMUM FACE MINIMUM WEB


(mm) SHELL THICKNESS (mm)
THICKNESS (mm)
100 19 19
150 25 25
200 32 25

74
3.3 MORTAR MIXES
Masonry mortar for setting blocks shall be in the proportion of 1 part cement to 3
parts sand or as otherwise approved by CO. Mortars shall be mixed with water in an
amount compatible with workability ingredients shall be accurately measured by
volume in boxes especially constructed for the purpose by the Contractor.
Mixing shall be done immediately before usage, and the Contractor shall use the Dry-
Mix method. In the Dry-Mix method, the materials for each batch shall be well
fumed together until the even color of the mixed dry materials indicates that the
cementitious material has been thoroughly distributed throughout the mass, after
which the water shall be gradually added until a thoroughly mixed mortar of the
required plasticity is obtained.

Mortar boxes shall be cleaned out at the end of each day’s work and all tools shall be
kept clean. Mortar that has begun to set shall not be used or re-tampered.
The mixing of mortar by hand will be permitted only when the quality of hand mixing
is comparable to mechanical mixing. The CO reserves the right to reject hand mixing
and require all mixing by mechanical means. Mortar shall not be retained for more
than 1-1½ hours and shall be constantly mixed until used.

Pointing mortar shall be pre-hydrated mortar mixed dry and water added while mixing
to obtain a damp, or workable mix. After one or two hours, sufficient water shall be
added to bring it to proper consistency, which shall be somewhat drier than masonry
mortar.

The color of mortars shall be uniform throughout for adjoining areas, and shall be
satisfactory to the CO.

3.4 EXECUTION

3.4.1 INSTALLATION

a. GENERAL

All masonry shall be laid plumb and true to lines and built to the thickness
and bond required with courses level and joints and bond uniform.
Masonry shall be carried up in a uniform manner. No one portion shall be
raised more than one meter above adjacent portions, except with the
approval of the CO.

b. APPLICATION

b.1 Scratch Coat


Cross scratch as soon as scratch coat has attained initial set and
apply brown coat as soon as practicable.

b.2 Brown Coat / Middle Coat


Scratch or brown finish shall be allowed to set hard. Keep
brown coat moist until finish coat is applied.

75
b.3 Finish Coat
Float finish coat to true even surface; trowel in manner that will
force sand particles down into plaster, with final troweling
leave surfaces varnished smooth, free from rough areas, trowel
marks, checks, other blemishes. Keep finish coat moist for @
least 3 days; thereafter protect against rapid drying until
properly, thoroughly cured.

b.4 Patching
Patch plaster shall be done prior to preparation for painting
works.

c. CONCRETE HOLLOW BLOCK

Concrete blocks shall be laid in running bond, unless otherwise indicated,


with joints not exceeding 10mm and uniform throughout and finished
slightly concave and smooth. Pointing shall be performed with the proper
tools to a dense and neat finish. Finger pointing will not be allowed. All
blocks shall be laid in a full bed of mortar applied to shell and webs.
Apply mortar to the vertical joints of blocks that have already been set in
the wall and all contact faces of the unit to be set. Each unit shall be
placed and shoved against the previously laid block so as to produce a well
compacted vertical mortar joint for the whole shell thickness. Intersecting
bearing walls shall be tied together with metal ties at 0.80 meter vertical
spacing. Bends of tie and reinforcing bars shall be embedded in cells filled
with mortar.

All necessary block cutting shall be neatly done by saws.

Control joints shall be installed at the locations noted and detailed on the
Drawings. The joints shall be raked out to a depth 20mm for the full
height of the walls and caulked. The maximum length between joints shall
be 10 meters if not shown otherwise on the Drawings, or directed by the
CO.

All horizontal and vertical reinforcing bars shall be anchored at a


minimum of 20 bar diameter into the concrete walls, columns, slabs and
girders.

Joints made at the intersection of block walls with structural concrete and
all door, window and louver frames and where indicated shall be filled
with mortar grout and pointed.

Unless otherwise shown on the Drawings, install all door, window and
louver frames using screws and expansion shields, and set all frames
tightly against the masonry walls.

76
d. CONCRETE HOLLOW BLOCK TO BE PLASTERED

Concrete block wall which are to be plastered shall be laid in running


bond. Joints are to left rough to assist in the bounding of plaster.
Otherwise, concrete block masonry shall conform to the previous
paragraph 2- Concrete Hollow Block.

e. CONCRETE HOLLOW BLOCK TO BE TOOLED JOINTED

Concrete block walls to be tooled jointed as indicated on the Drawings


shall be laid in stack bond with uniformly maintained joints not exceeding
13mm. All joints shall be tooled smooth to a stripped finish as soon as the
mortar has set sufficiently. No cold chiseling will be permitted. Finishes
shall be as indicated in the Drawings.

3.4.2 LINTELS, TIES AND MISCELLANEOUS ITEMS

The Contractor shall build in all miscellaneous items specified in other


sections to be set including frames, lintels, reinforcing steel, electrical boxes
and fixtures, sleeves, anchors and other miscellaneous items. All anchorage
attachments and bonding devices shall be set so as to prevent slippage and
shall be completely covered with mortar.

3.4.3 GROUTING

Grout and cement mortar for setting structural columns, railings, frames in
walls and where otherwise required shall be done with mortar of 1 part cement
to 1 part sand. Before placing grout thoroughly clean all surfaces. Grout shall
be tamped into place with a blunt tool to fill the entire void. In the event space
does not permit tamping, the Contractor shall build the necessary forms and
place the grout by pouting from one side only. When grout is placed by
pouring, a head of grout shall be maintained in the form. Grout shall be kept
wet for three days and after the temporary supports or adjusting wedges are
removed, the empty spacer shall be grouted and the surrounding grout pointed.

3.4.4 CLEANING

All exposed masonry work shall be thoroughly cleaned. Mortar smears and
droppings on concrete block walls shall be dry before removal with a trowel.
Masonry work may be cleaned using a mild muriatic acid solution.

3.4.5 STORAGE AND HANDLING

Masonry units shall be handled with care to prevent chipping and breakage.
Storage piles, stacks or bins shall be so located as to avoid being disturbed or
shall be barricaded to protect chase materials from damage due to construction
operations and traffic. Masonry units shall be stacked on platforms and
covered or stored in any other approved manner that will insure the protection
these materials from weather. Cement and lime shall be stored off the ground

77
under watertight cover and away from sweating walls and other damp surfaces
until ready for use. Damaged or deteriorated materials shall be removed the
premises.

3.5 MEASUREMENT AND PAYMENT

3.5.1 Masonry units shall be handled with care to prevent chipping and breakage.
Quantities of unit masonry to be paid for shall be units or number of
square meters of various thicknesses, types, kinds and/or sizes of respective
items of work required as shown or specified and as installed and accepted in
completed work.

3.5.2 Measurement of unit masonry shall be the area of one face of each
respective type and thickness of walls and partitions required, determined by
overall horizontal and vertical dimensions thereof.

3.5.3 No separate measurement will be made for grouting, forming of joints to be


sealed, base stud lintel, and other auxiliary work required except for
reinforcing steel bars which shall be measured for payment in kilograms
computed from the theoretical unit mass for sizes of bars multiplied by length
of bars as shown on approved shop drawings except where specified
otherwise.

3.5.4 No separate measurement will be made for individual detail items of this
work not listed herein nor for compliance with various detail requirements
applicable to this work; as such shall be considered incidental to work as
specified above.

78
IV. METAL WORKS

4.1 DESCRIPTION
The work includes the furnishing of all labor, materials, equipment and transportation
required to complete fabrication, delivery and erection of all structural steel indicated
in the drawings and herein specified.

4.2 REFERENCE
The following publications of the issues listed below, but referred to thereafter by
basic designation only, form part of this specification to the extent indicated by the
reference thereto:

American Institute of Steel Construction (AISC) Publications:

Code of Standard Practice for Steel Buildings and Bridges, dated September 1, 1976.
Manual of Steel Construction - 7th Edition, including Supplements 1,2 and 3.
American National Standards Institute (ANSI) Publications:
B27.2 Plain Washers

American Society for Testing and Materials (ASTM) Publications:


A27 or A148 Cast Steel
A36 Structural Steel
A53 Steel Pipe
A12-73 Zinc (Hot-Galvanized) Coating on Products Fabricated from Rolled, Pressed
and Forged Steel Shapes, Plates, NBA’s and Strips.
A153-73 Zinc-Coating (Hot Dip) on iron and Steel Hardware.
A307-76B Carbon Steel Externally & Internally Threaded Standard Fasteners.
A325-76C High Strength Bolts for Structural Steel Joints, including suitable
Nuts and Plain Hardened Washers.
A550-77 Cold-Formed Welded and Seamless Carbon Structural Tubing in Rounds
and Shapes.

American Welding Society (AWS) Publications:


A5.1 Welding Electrodes
C1.1-75Structural Welding Code

79
4.3 REQUIREMENT
In conformance with the General Conditions, the Contractor is required to furnish a
certificate from the manufacturer or producer, certifying that all materials or products
delivered to the job site meet the measurements specified herein.

4.4 SHOP DRAWINGS


The Contractor shall submit shop drawings to the Construction Engineer for approval
in accordance with the General Conditions. Shop Drawings shall consist of all shop
and erection details. All members and connection for any portion of the structure
shown or not shown on the contract drawings shall be detailed by the fabrication and
indicated on the shop symbols in accordance with the American Welding Society
(AWS) Structural Welding Code.

4.5 MATERIALS
Materials shall conform to the respective publications and other requirements
specified herein and as shown, and shall be the approved products of manufacturers
regularly engaged in the manufacture of such products.

Structural Steel shall conform to ASTM A36.


Structural Tubing shall conform to ASTM A500 or A501.
Steel Pipe shall conform to ASTM A53, Grade b.
Cast Steel, except as specified otherwise, and shall conform to ASTM A27 or A148,
as applicable. Castings to be welded shall be of composition suitable for welding
under field conditions.
High Strength Bolts, including Nuts and Washers, shall conform to ASTM A325.
Plain Washers, other those in contact with high strength bolt heads and nuts shall
conform to ASNI Standard B27.2, Type B.
Welding Electrodes and Rods shall conform to AWS A5.1, E60XX series.
Zinc Coating for threaded products shall conform to ASTM A153 and ASTM A123
for structural shapes.

Materials shall be delivered, stored, handled and installed in a manner to protect them
from all damage curing the entire construction period. Storage conditions shall be
approved by the Construction Officer in accordance with the General Conditions.

4.6 FABRICATION
4.6.1 GENERAL
Structural Steelworks material shall be in accordance with the applicable
provisions of these specifications. Fabrications and assembly shall be done in
the shop to the greater extent possible. Structural siteworks, except surfaces of
steel to be encased in concrete and surfaces of friction-type high-strength
80
bottled connections, shall be prepared for painting in accordance with the
section entitled PAINTING and primed with paint material specified. All
materials shall be cleaned and straight. If straightening is necessary, it shall be
done by a process and in a manner that will not damage the material.

Shearing, Flame cutting, and Chipping, shall be done carefully and accurately.
Flame-cut edges of members shall have all knicks removed. The top and
bottom surfaces of base plates, cap plates of columns and pedestals, sole
plates, and masonry plates shall be planned, or be hot straightened, and parts
of members in contact with them shall be faced. Sole plates of beams and
girders shall have full contact with the flanges. Compression joints, depending
upon contact bearing, shall have bearing surfaces machined to a common
plane after the members are completed. Bolts shall not be made or enlarged by
burning. Members that cannot be fitted up properly by cutting with a saw or
by reaming holes to a maximum holes elongation of 3mm larger than the
nominal diameter will be rejected unless other correction is approved by the
Construction Officer. Gas cutting (Flame cutting) shall be done by the use of
mechanically guided torch. The use of a gas torch in the field will not be
permitted on any major member in the structural framing under stress, and
shall be subject to the approval of the Construction Officer. The radius of re-
entrant flame cut fillets shall not be less than 13mm, and all burned edges shall
be finished by grinding.

4.6.2 WELDED CONSTRUCTION


Welding on structural metal works and tubular structures shall be done in
accordance with the applicable standards for welding of AWS Code D1.1.

4.6.2.1 QUALIFICATION OF WELDERS


Welding work shall only be performed by certified welders qualified in
accordance with the requirements of the AWS D1.1.

4.6.2.2 PROCEDURES
Welding procedures, type of electrodes, and type of equipment required for
the work shall be in accordance with the applicable provisions of AWS D1.1.
Type of electrodes to be used shall be compatible with the metal to be welded.

4.6.3 BOLTED CONSTRUCTION


Holes for bolts shall be 1.5mm larger than the nominal diameter of bolt. Holes
shall be clean cut, without torn or rugged edges. Outside burrs resulting from
reaming or drilling shall be removed. Bolt holes shall be at right angles to the
member. The slope of bolted parts in contact with the bolt head shall not
exceed 1:20 with respect to a plane normal to the bolt axis. Where the surface
of a bolted part has a slope of more than 1:20, a beveled washer shall be used
to compensate for lack of parallelism.

81
4.6.3.1 COMMON BOLTS
Bolts transmitting shear shall be threaded to which a length that is not
more than one thread will be within the grip of the metal and the bolt
shall be of such length that they will extend entirely through the nuts,
with the beveled end outside of the nut. Bolt heads and nuts shall be
drawn tight against the work with a suitable wrench. Bolt threads shall
be tapped with a hammer while the nut being tightened.

4.6.3.2 HIGH-STRENGTH STEEL BOLTS


The allowable working stresses for high-strength steel bolts shall be as
given in ASTM A325. Bolted parts shall not be solidly together when
assembled and shall not be separated by gaskets or any other
interposed compressible materials. When assembled, all joints
surfaces, including those adjacent to the bolts heads, nuts, or washers,
shall be free of scale, except tight mill scale, and shall also be free of
burrs, dirt, and other foreign material that would prevent seating of the
parts. Contact surfaces within the friction type of joints shall be free
fasteners in the joint are tight, at least the minimum bolt tension shown
in ASTM A325, for the size of fastener used. Threaded bolts shall be
tightened with properly calibrated wrenches or by the “turn-of-the nut”
method. Any bolt tightened by the calibrated wrench method (or by
torque control) shall have a hardened washer under the element (nut or
bolt head) turned tightening.

4.6.3.3 MATCH MARKING


Members and component parts of structures shall be assembled and
matched marked prior to insure accurate assembly and adjustment of
position on final erection. Painted assembly markings shall be removed
from many surfaces to be welded or bolted. Scratch or notch marks
shall be located in a manner that will not affect the strength of the
members or cause concentrations of stress.

4.6.3.4 SHOP PAINTING


Except as otherwise specified, all structural metal works, except zinc-
coated surfaces and steelworks to be embedded in concrete or mortar,
shall be shop primed in accordance with the section entitled
PAINTING.

4.7 ERECTION
4.7.1 GENERAL
Except as modified herein, erection shall be in accordance with the applicable
specifications and standards of the AISC Manual of Steel Construction.
Erecting equipment shall be suitable for the work and shall be in first class

82
condition. Safety belts and lines shall be used by workmen aloft on high
structures, unless safe working platforms or safety nets are provided.

4.7.2 ANCHORAGE
Anchor bolts and other connections between the structural steel and
foundations shall be provided and shall be properly located and built into the
connecting work.

4.8 BASE AND BEARING PLATES


Base plates for columns and bearing plates for beams, girders and similar members
shall be provided with full bearing after the supported members have been plumbed
and properly positioned. The area under any plate bearing on concrete or masonry
shall be dry-packed solidly with grout.

4.9 ASSEMBLY
All members shall be adjusted to the well planned or bolted and rigidly made together
during final bolting or welding. Drifting done during assembling shall not distort the
metal or enlarge the holes. The member shall be free from twists, bends and other
deformation. The frame of steel structures shall be carried up true and plumb as
shown and shown and all match markings shall be followed.

Temporary bracing shall be used whenever necessary to support all loads to which all
the structure may be subjected and shall be left placed as long may be required for
safety. The various members forming parts of a completed frame or structure after
being assembled shall be aligned and adjusted accurately before being fastened.
Fastening of splices of compression members shall be done after the abutting surfaces
have been brought completely into contact. No welding or bolting shall be done until
as much of the structure as will be stiffened hereby has been aligned properly.
Bearing surfaces and surfaces which will be in permanent contact shall be cleaned
before the members are assembled. Bearing plates shall be set in exact position and
shall have a full and even bearing upon the masonry. As erection progresses, the work
shall be bolted or welded sufficiently to take care of all dead load, wind and erection
stresses. Splices will be permitted only where indicated. Erection bolts used in welded
construction may be tightened securely and left in place, unless otherwise indicated.

Field Bolting shall be in accordance with the requirements specified for the shop
fabrication. Unfair holes shall be corrected by reaming.

Field welding shall be as specified for shop fabrication of welded construction. Any
shop paint on surface adjacent to joints to be field welded shall be wire brushed to
reduce the paint film to a minimum.

83
4.10 FIELD REPAIR OF ZINC COATING
All zinc-coating that has been damaged in handling, transporting, welding or bolting
shall be repaired in accordance with the COATING section entitled PAINTING.

4.11 FIELD PRIMING


After erection, the field bolt heads and nuts, field welds, and any abrasions in the shop
coat shall be cleaned and primed in accordance with the section called PAINTING.

4.12 PAINTING
The type of paint, the number of coats, and the extent of the painting shall be in
conformance with the section entitled PAINTING. In general, all exposed surfaces of
steel work shall be painted. Surfaces where the shop coat has been damaged shall be
retouched using the same system as the original shop painting. Surfaces which will be
contact after erection, except when in contact in welded or bolted connections, shall
be given one finish coat or welds and the areas adjacent thereto shall be done
promptly after the acceptance of the weld and shall be as specified under shop
painting.

4.13 INSPECTION
Inspection shall be made promptly to permit immediate correction of defects. The
inspector will mark each piece which is accepted, with the mark assigned to him.
Unrestricted inspection shall be conducted in both shop and field, to verify
preparation, size, gauging, location, acceptability of welds, identification marking and
operation and current characteristics or welding sets in use. The procedure for
calibration of wrenches and installation of bolts shall be subject to the approval of the
Construction Officer. The inspection and testing of welds shall be performed by the
Contractor as deemed necessary by the Construction Officer all at the expense of the
Contractor, and shall be in accordance with the applicable provisions of AWS Code
D1.1.

4.14 FINAL CLEAN UP


Upon completion of erection and before final acceptance, the erector shall remove
from the jobsite all false-works, rubbish, and temporary structures furnished by him.

84
D. CONSTRUCTION OF BARBED WIRE
FENCE (2,271.00 L.M.)

I. SITEWORKS
See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item I
Siteworks.

II. CONCRETE WORKS


See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item II
Concrete Works.

III. METAL WORKS


See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item IV Metal
Works.

E. CONSTRUCTION OF CYCLONE WIRE


FENCE (1,250.00 L.M.)

I. SITEWORKS
See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item I
Siteworks.

II. CONCRETE WORKS


See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item II
Concrete Works.

85
III. MASONRY WORKS
See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item III
Masonry Works.

IV. METAL WORKS


See Section C. Construction of CHB Perimeter Fence (5,520.00 L.M.) Item IV Metal
Works.

F. GENRAL REQUIREMENTS

SPL -1 TEMPORARY FACILITIES

1. Facilities for the Engineer’s Staff House

1.1 Staff House for the Engineer (DOTr–PMO)

During the performance of the contract, the Contractor shall provide and
maintain field office for the Engineer and Engineer’s representative within the site
of the work at designated location indicated on the Drawings while the work is in
progress.

The Contractor shall also maintain the existing staff house of the Engineer and
shall also provide and maintain a separate office on rental basis for the Engineer’s
Representative at location approved by the Engineer during the entire duration of
the contract.

Construction shanties, sheds and temporary facilities provided as required for


the Contractor's convenience shall be maintained in good condition and neat
appearance including finishes as required by the Engineer.

The field office for the Engineer/Engineer’s representative shall be


constructed all in accordance with the Standard Specification and design shown
on the approved Drawings.

The building shall have the floor area prescribed on the Plans and shall have a
24-hour security services and shall strictly comply with the provisions of Batas
Pambansa 344 (Accessibility Law) and the Building National Code.

86
All facilities to be provided by the Contractor shall conform to the best
standard for the required types. The facilities provided by the Contractor including
utilities and communication facilities shall revert to the Government including
office equipment, furniture, etc. upon completion of the Project.

The Contractor shall be responsible for raising the ground (if necessary), the
grading and provision of drainage facilities in the vicinity of the facility with
suitable access walkways, seeding and sodding of the ground as directed and
approved by the Engineer. Also, the Contractor shall provide a parking area at the
compound near the building and a satisfactory access road to the parking area. The
Contractor shall be responsible for the maintenance and protection of all facilities
to be provided during the entire duration of the Contract including provision of
adequate stock of all expendable items, such as light bulbs, light tubes, laboratory
equipment and supplies, etc., at all times to ensure proper and continuous
functioning of all the Engineer’s facilities.

The buildings shall be provided with air-conditioning system, complete with


all standard accessories which will operate on a 220 volt, 60 cycle, 3-phase
current at the location and quantity/capacity reflected per approved Plans which
can cool and dehumidify the air.

It shall be understood that if the Contractor cannot provide the articles as


described or intends to supply equivalent substitutes, the Engineer may execute
their availability and the Contractor shall pay therefore as certified by the
Engineer or the Engineer shall have the right to deduct the sums from any money
which is due or which will become due to the Contractor.

1.2 Temporary Light and Power

The Contractor shall provide and maintain temporary electrical service


including installation of temporary power and lighting within the construction site
and facilities constructed thereat.

The electrical services shall be adequate in capacity to supply power to


construction tools and equipment without over-loading the temporary facilities
and shall be made available to supply power, lighting and construction operations
of all trades. All temporary equipment and wiring for power and lighting shall be
in accordance with the applicable provisions of the local governing codes. At the
completion of the construction work, all temporary wiring, lighting, equipment
and devices shall be removed.

1.3 Temporary Toilets


The Contractor shall provide and maintain in sanitary condition enclosed
toilets for the use of all construction personnel located within the contract limits,
complete with fixtures, water and sewer connections and all appurtenances.
Installation shall be in accordance with all applicable codes and regulations of the
local authorities having jurisdiction thereof. Upon completion of the work,
temporary toilet and their appurtenances shall be removed.

87
1.4 Temporary Water Service

The Contractor shall provide and maintain temporary water supply service,
complete with necessary connections and appurtenances. Installed water supply
lines shall be used as a source of water for construction purposes subject to the
approval of the Engineer. The Contractor shall pay the cost of operation,
maintenance and restoration of the water system.

All temporary water service including equipment and piping shall be removed
upon completion of the work and all worn out and damaged parts of the
permanent system shall be replaced and restored in first class condition equal to
new.

1.5 Security

The Contractor shall provide sufficient security in the construction site to prevent
illegal entry or work damaged during nights; holidays and other period when work
is not executed; and during working hours. The Contractor shall take ample
precautions against fire by keeping away flammable materials, and ensure that
such materials are properly handled and stored. Fires shall not be allowed within
the area of construction, except when permitted by the Engineer.

1.6 Disposal Area

The proposed location of disposal area shall be at the site designated by the
Engineer. It is the responsibility of the Contractor to disposed off site all
construction debris and be considered in the preparation of his proposal.

2. Service Vehicle for the Engineer

The Contractor shall provide within ten (10) calendar days after notice to commence
work of service vehicle of at least 2020 model, air-con, in good running condition and
updated registration driven by a competent qualified and experienced driver for the
exclusive use of the Engineer.

The vehicles shall comply in all respects with all relevant Philippine national or local
laws, statutes and regulations. All vehicles shall carry or be fitted with the accessories
as may be prescribed by laws and have comprehensive insurance.
The Contractor shall maintain the vehicles in good running condition and shall be
supplied with appropriate fuel, lubricants and servicing driver at all times as well as
minor repair at all times at his own expense. Provide the minimum liters of fuel per
day indicate on the Specifications - Scope of Work under the Temporary Facilities.

He shall provide equivalent substitute vehicles when taken out of service for
maintenance, repair or any other reason. Unless otherwise specified, the vehicles shall
at the end of the contract become the property of the Procuring Entity.

88
3. Measurement and Payment

C.1 Staff House for the Engineer

Maintenance of Staff House for the Engineer

The maintenance of staff house for the Engineer shall include provision of water
and electricity 24 hours daily and shall be paid for from the date the Engineer’s
representative’s occupancy reckoned from the commencement of the Works until
completion of the contract. Unit of measurement and payment is “Month”.

C.2 Service Vehicle for the Engineer

Payment of the service vehicle for the Engineer shall be on a rental basis
(“Vehicle-Daily”) from the date the Contractor is supplied with each type of
vehicle until the completion of the Project.

C.3 Payment

Payment shall be made under the following pay items included in the Bill of
Quantities. Such payments shall be full compensation for furnishing, maintaining
and insuring against loss of the facilities and equipment specified including
removal and restoration of the site(s). The requirement that ownership of facilities
shall revert to the government shall not apply if such facilities are provided on
rental basis under terms approved by the Procuring Entity.

For all work executed or goods, materials, or services supplied by the Contractor
under lump sum items, the quantities as determined above shall be paid for at the
appropriate contract lump sum unit price as indicated in the Bid Schedule.

UNIT OF
ITEM NUMBER DESCRIPTION
MEASUREMENT
Temporary Facilities
SPL-1 (Staff House and Service l.s.
Vehicle)

89
SPL -2 MOBILIZATION AND DEMOBILIZATION
B.1.1 SCOPE OF WORK

This Section includes mobilization, demobilization, assembly and disassembly of


equipment including incidentals necessary to complete the work.

B.1.2 MOBILIZATION

a. The Contractor shall mobilize and put into operation all equipment to undertake
the Contract.

b. Mobilization s h a l l i n c l u d e t h e t r a n s f e r r i n g t o t h e j o b -sites o f
a l l equipment, supplies and materials, personnel, and all items necessary for the
execution and completion of the work, and shall also include the setting up of all
equipment, instruments and all other plants until rendered operable, subject to the
confirmation of the Engineer.

c. Sufficient supply of spares for the equipment and plants shall be carried on
board the towing/carrying vessels. Equipment/plants encountering
breakdowns must be repaired on site by the most expeditious method possible at
no cost to DOTr. In the event that the equipment/plants call for major repair
works that cannot be undertaken at the site, the Contractor shall replace such
equipment / plants with equal or better performance capacity at no additional
mobilization costs to DOTr and the Contractor shall not be entitled to any time
extension.

B.1.3 DEMOBILIZATION
Demobilization u p o n r e q u e s t o f t h e C o n t r a c t o r a n d a p p r o v e d b y t h e
Engineer, shall include the following:

a. The dismantling, preparation and loading for removal and shipment of all
Contractor's equipment and personnel at each site after completion of the works.

b. Transportation of all the above equipment and materials from each site to the
Contractor's home station or somewhere else outside the sites.

c. Removal of all supplementary markers furnished and installed by the


Contractor, provided that the Engineer has not taken the option to retain the
markers.

d. The clean- up of the Site and the removal of materials, debris, waste, etc., and
making good damages or temporary alterations.

90
1.9.5 MEASUREMENT AND PAYMENT

Payment for this item includes the expenses incurred by the Contractor for
moving-in of minimum major equipment and/or plant required for the project and
moving out of the same after final acceptance of the work including cleaning-up.
A list of equipment showing the detailed cost for its mobilization and
demobilization works shall be included in the bid amount for this item.

SPL-3 PROJECT BILLBOARDS


See Scope of Work Section F General Requirements SPL-3 Project Billboard.

91
SPL-4 HEALTH AND SAFETY

GENERAL GUIDELINES

In compliance with Section 17 of DOLE D.O. No. 13, the implementation of construction
safety shall be considered in all stages of project procurement (design, estimate, and
construction) and its cost shall be integrated to the overall project cost under Pay Item
"SPL- Construction Safety and Health" as a lump sum amount, to be quantified in the
detailed estimate. Likewise, all requirements, provisions, and instructions pertaining to
the implementation of Construction Safety and Health in every project shall be included
in the project bidding documents specifically under the Instructions to Bidders. Further
considering industry practices and applicable government requirements, the following
guidelines are hereby issued to all concerned:

DEFINITION OF TERMS

As used herein, the terms below shall be defined as follows:

A.1 Occupational Safety and Health - As defined is the:

1. Promotion and maintenance of the highest degree of physical, mental, and


social well-being of workers in all occupation;
2. Prevention among its workers of any departures from health caused by
their working conditions;
3. Protection among workers in their employment from risk usually from
factors adverse to health; and,
4. Placing and maintenance of worker in an environment adopted to his/her
psychological ability.

A.2 Occupational Safety and Health Standard (OSHS)

By the powers vested in the Department of Labor and Employment under


Article 162 of the Labor Code of the Philippines, the Occupational Safety and
Health Standards (OSHS) was promulgated for the guidance and compliance
of all concerned with the main objective of protecting every workingman
against the dangers of injury, sickness or death through safe and healthful
working conditions, thereby assuring the conservation of valuable manpower
resources and the preservation of loss or damage to lives and properties,
consistent with national development goals and with the State's commitment
for the development of every worker as a complete human being.

Likewise, further described as: rules and regulations implementing Article 162
(Safety and Health Standards), Book IV, Title I, P. 0.442; set of mandatory
OSH standards which codifies all safety orders being enforced prior to its
promulgation; and - contains administrative requirements, general safety and
health rules, technical safety regulations, and other measures to eliminate or
reduce OSH hazards in the work place.

92
A.3 Construction Safety and Health Standards - shall mean Rule 1410,
Construction Safety and other relevant rules of the Occupational Safety and
Health Standards (as amended) of the Department of Labor and Employment
(DOLE).

A.4 Construction Safety and Health Program - refers to a set of detailed rules to
cover the processes and practices that should be utilized in a specific
construction site in conformity with the OSHS including the personnel
responsible and the penalties for violations thereof.

A.5 Construction Safety and Health Officer - refers to safety personnel or any
employee/worker trained by his employer to implement occupational safety
and health programs in accordance with the provisions of DOLE D.O. No. 13
and the Occupational Safety and Health Standards (OSHS).

A.6 Personal Protective Equipment (PPE) and Devices - are equipment and
devices designed to protect employees from workplace injuries or illness
resulting from contact with chemical, radiological, physical, electrical,
mechanical, or other workplace hazards. It also includes variety of devices and
garments such as face shields, safety glasses, hard hats, safety shoes, goggles,
coveralls, gloves, vests, earplugs, respirators, safety harness and lifelines.

PURPOSE

The purpose of these guidelines is to establish a uniform methodology in estimating the


required resources (manpower and equipment) for the implementation of Construction Safety
and Health Standards in the workplace in compliance with the provisions of DOLE D.O. No.
13.

METHODOLOGY

The minimum construction safety and health requirements for project shall be prepared
during the detailed engineering stage.

In order to establish a uniform basis for estimating the required quantity of resources
(manpower and equipment) for a project the following methodology shall be used.

C.1 Construction Safety and Health Program (CSHP)


Section 5 of the DOLE D.O. NO.13 provides that every construction project
shall have a suitable Construction Safety and Health Program (CSHP).

For the purpose of these guidelines, all projects regardless of amount, funding
source and mode of implementation shall comply with the minimum safety
and health requirements.

The contractor's proposed CSHP shall be in accordance with DOLE D.O. No.
13, series of 1998 and its Procedural Guidelines to be submitted as part of the
first envelope (Technical Proposal) during the bidding process and later the

93
winning bidder shall submit the same for approval of the DPWH authority,
subject to concurrence by DOLE-BWC.

For project to be implemented by administration, a CSHP shall also be


prepared by the DPWH Implementing Office in accordance with the
requirements of DOLE D. O. No. 13, s. of 1998 and likewise it shall also be
submitted to DPWH authority for approval and thereafter to be concurred also
by the DOLE-BWC.

The required Construction Safety and Health Program (CSHP) for specific
project shall include but not limited to the following:

1. Composition of the Safety and Health personnel responsible for the proper
implementation of CSHP;
2. Specific safety policies which shall be undertaken in the construction site,
including frequency of and persons responsible for conducting toolbox and
gang meetings;
3. Penalties and sanctions for violations of the Construction Safety and
Health Program;
4. Frequency, content and persons responsible for orienting, instructing and
training all workers at the site with regard to the Construction Safety and
Health Program which they operate; and
5. The manner of disposing waste arising from the construction.

C.2 Construction Safety and Health Organization


To ensure that the Construction Safety and Health Program are observed and
implemented at the project site, at the start of D.O. No. 56 s. 2005
construction, each site shall have an established construction safety and health
organization composed of the following personnel:

1. Safety Engineer/Officer
Section 7.1 of D.O. NO.13 states that "The general contractor must
provide for a full time Officer, who shall be assigned as the General
Construction Safety and Health Officer to oversee full time the overall
management of the Construction Safety and Health Program".

Section 7.2 states that " The general contractor must provide for additional
Construction Safety and Health Officer/s in accordance with the
requirements for Safety Man / Officer of Rule 1033, Training and
Personnel Complement, as amended by DOLE D.O. No. 16 depending on
the total number of personnel assigned to the construction project site, to
oversee the effective compliance with the Construction Safety and Health
Program at the site, under the direct supervision of the General
Construction Safety and Health Officer".

For the purpose of these guidelines, and as recommended by DOLE, for


every construction project with 100 and above workers, an accredited
safety officer by DOLE-BWC shall be employed. Only the cost for the
Construction Safety and Health Officer, whether on full time or part time

94
basis, actually assigned at the construction site shall be included in the cost
estimate.

On the part of the government, the implementing office shall designate as


part of their project staff a Safety Engineer who shall be responsible for
ensuring compliance with the pertinent DOLE Guidelines as well as the
DPWH Guidelines on Occupational Safety and Health during the
execution of the construction. The counterpart safety and health officer of
the contractor shall closely coordinate and report to the government Safety
Engineer.

2. Health Personnel
Rule 1412.01 of OSHS states that "at every construction site there shall be
an organized and maintained medical and dental health service and
personnel' conforming with Rule 1960 Occupational Health Services.

For the purpose of these guidelines only the medical and dental
practitioners actually assigned in the project site and as required on the
above stated Rule shall be included in the total cost of safety.

Manpower rates shall be based on the prevailing rates of such


professionals in the area which is found favorable to the government.

Employment period shall be based on the approved project duration and


shall be adjusted correspondingly as the duration increases/decreases.

3. Personal Protective Equipment and Devices (PPE)


Section 6 (Personal Protective Equipment) of D. O. No. 13 guidelines
states that "every employer shall, at his own expense, furnish his workers
with protective equipment for eyes, face, hands and feet, lifeline, safety
belt/harness, protective shields and barriers whenever necessary by reason
of the hazardous work process or environment, chemical or radiological or
other mechanical irritants of hazards capable of causing injury or
impairment in the function of any part of the body through absorption,
inhalation or physical agent".

All Personal Protective Equipment and Devices shall be in accordance


with the requirement of the Occupational Safety and Health Standards
(OSHS) and should pass the test conducted and/or standards sets by the
Occupational Safety and Health Center (OSHC).

For General Construction Work the required Basic PPEs for all workers
shall be Safety Helmet, Safety Gloves and Safety Shoes. Specialty PPEs
shall be provided to workers in addition to or in lieu of the corresponding
basic PPE as the work or activity requires.

4. Signages and Barricades


Construction Safety Signages and Barricades shall be provided as a
precaution and to advice the workers and the general public of the hazards
existing in the worksite.

95
For road construction signages and barricades, it shall be in accordance
with or in compliance to Department Circular No.9, Series of 2004 (Re:
Road Safety Manuals and Handbooks) particularly on the 'Road Works
Safety Manual.
5. Facilities
Section 16 of DOLE D.O. NO.13 requires that the employer shall provide
the following welfare facilities in order to ensure humane working
conditions;
a. adequate supply of safe drinking water;
b. adequate sanitary and washing facilities;
c. suitable living accommodation for workers, and as may be applicable,
for their families; and
d. separate sanitary, washing and sleeping facilities for men and women
workers.

For the purpose of these guidelines, facilities related to construction safety and health
shall be in accordance with OSH Standards and the manner of costing shall be based
on previously approved guidelines of the Department, duly quantified as a separate
pay item.

C.3 SAFETY AND HEALTH TRAINING

Section 13 of DOLE D.O. No. 13 requires that the contractor shall provide
continuing construction safety and health training to all technical personnel
under his employ.

Costing

In consideration of the cost involved of providing the necessary safety


equipment and manpower for an effective implementation of safety in the
workplace, and in compliance with DOLE D.O. No. 13, with safety as a
separate pay item, the following shall be used as a guide:

a. Personal Protective Equipment


The PPEs shall be provided by the Constructor, and its cost shall be duly
quantified and made part of the overall cost of safety and health (SPL).
The use of PPEs shall conform to Rule 1080, Personal Protective
Equipment and Devices of OSHS.

b. Clinical Materials and Equipment


Clinical materials and equipment such as medicines, beds and linens, other
related accessories shall be to the account of the Constructors
implementing the project and shall be in accordance with Rule 1960,
Occupational Health Services of OSHS.

c. Signages and Barricades


The quantities and cost of signages and barricades necessary for a specific
item of work shall be quantified and made part of that particular pay item
of work.

96
For general signages and barricades not included in specific pay item of
work but necessary for promoting safety in and around the construction
site, the quantities and cost shall be a separate pay item and included in the
overall cost of safety and health (SPL).

d. Facilities
Facilities such as portable toilets, waste disposal, sanitary and washing
facilities, convenient dwellings and office, adequate lighting, and other
facilities related to construction safety and health shall be in accordance
with OSH Standards and previously approved guidelines of the
Department and shall be quantified and the cost thereof be made a separate
pay item under "Facilities for the Engineers" and "Other General
Requirements" as required in the DPWH Standard Specifications.

e. Salaries/wages of Health and Safety Personnel


Labor cost for the medical and safety personnel actually assigned in the
field shall be included in the overall cost of safety and health (SPL).
Duration of employment shall be based on project duration of the
particular project.

f. Safety and Health Training


Cost associated for the provision of basic and continuing construction
safety and health training to all safety and technical personnel shall be
made part of the indirect/overhead cost of the project.

UNIT OF
ITEM NUMBER DESCRIPTION
MEASUREMENT
SPL-4 Safety and Health l.s.

SPL-5 PERMITS AND CLEARANCES


See Scope of Work Section F. General Requirements SPL-5 Permits and Clearances.

97
Section VII. Drawings
[The actual Drawings, including site plans, should be attached to this section, or annexed in
a separate folder.]

98
Section VIII. Bill of Quantities

99
BID ANNEX 5

PROPOSAL SCHEDULE

PROJECT TITLE : BUKIDNON AIRPORT DEVELOPMENT PROJECT CY 2023


CONSTRUCTION OF PERIMETER FENCE
LOCATION : Brgy. Maray Maray, Don Carlos, Bukidnon

(14.1) (14.2) (14.3) (14.4) (14.5) (14.6)


ITEM ITEM OF WORK UNIT QUANTITY UNIT BID AMOUNT
NO. COST

A. RELOCATION SURVEY AND ESTABLISHMENT OF BOUNDARY sq.m. 1,238,000.00


0.00 0.00

B. SITE DEVELOPMENT FOR THE CONSTRUCTION OF AIRPORT


PERIMETER ROAD (7,472.00 m x 6.00 m)
100 CLEARING AND GRUBBING sq.m. 74,720.00
200 AGGREGATES SUB-BASE COURSE (150mm THICK) cu.m. 6,725.00
0.00 ####
C. CONSTRUCTION OF CHB PERIMETER FENCE (5,520.00 m)
I SITEWORKS cu.m. 4,140.00
II CONCRETE WORKS cu.m. 1,044.00
III MASONRY WORKS sq.m. 11,335.00
IV METAL WORKS l.m. 5,803.00
0.00 ####
D. CONSTRUCTION OF BARBED WIRE FENCE (2,271.00 m)
I SITEWORKS cu.m. 127.00
II CONCRETE WORKS cu.m. 180.00
III METAL WORKS l.m. 2,271.00
0.00 ####
E. CONSTRUCTION OF CYCLONE WIRE FENCE (1,250.00 m)
I SITEWORKS cu.m. 674.50
II CONCRETE WORKS cu.m. 143.00
III MASONRY WORKS sq.m. 584.00
IV METAL WORKS l.m. 1,250.00
0.00 ####
F. GENERAL REQUIREMENTS
SPL-1 TEMPORARY FACILITIES lot 1.00
SPL-2 MOBILIZATION & DEMOBILIZATION lot 1.00
SPL-3 PROJECT BILLBOARD'S lot 1.00
SPL-4 HEALTH AND SAFETY lot 1.00
SPL-5 PERMITS & CLEARANCES lot 1.00
0.00

0 *** nothing follows ***

TOTAL PROJECT COST

AMOUNT IN WORDS :

Submitted By :
(Name of Firm)

Signing Authority :
(Printed Name and Signature)

Designation :
Date :

100
Section IX. Checklist of Technical and Financial
Documents

101
Checklist of Technical and Financial Documents
I. TECHNICAL COMPONENT ENVELOPE

Class “A” Documents

Legal Documents
⬜ (a) Valid PhilGEPS Registration Certificate (Platinum Membership) (all pages);

Technical Documents
⬜ (e) Statement of the prospective bidder of all its ongoing government and
private contracts, including contracts awarded but not yet started, if any,
whether similar or not similar in nature and complexity to the contract to be
bid; and
⬜ (f) Statement of the bidder’s Single Largest Completed Contract (SLCC) similar
to the contract to be bid, except under conditions provided under the rules;
and
⬜ (g) Philippine Contractors Accreditation Board (PCAB) License;
or
Special PCAB License in case of Joint Ventures;
and registration for the type and cost of the contract to be bid; and
⬜ (h) Original copy of Bid Security. If in the form of a Surety Bond, submit also a
certification issued by the Insurance Commission;
or
Original copy of Notarized Bid Securing Declaration; and
(i) Project Requirements, which shall include the following:
⬜ a. Organizational chart for the contract to be bid;
⬜ b. List of contractor’s key personnel (e.g., Project Manager, Project
Engineers, Materials Engineers, and Foremen), to be assigned to the
contract to be bid, with their complete qualification and experience
data;
⬜ c. List of contractor’s major equipment units, which are owned, leased,
and/or under purchase agreements, supported by proof of ownership
or certification of availability of equipment from the equipment
lessor/vendor for the duration of the project, as the case may be; and
⬜ (j) Original duly signed Omnibus Sworn Statement (OSS);
and if applicable, Original Notarized Secretary’s Certificate in case of a
corporation, partnership, or cooperative; or Original Special Power of
Attorney of all members of the joint venture giving full power and authority
to its officer to sign the OSS and do acts to represent the Bidder.

Financial Documents
⬜ (k) The prospective bidder’s audited financial statements, showing, among
others, the prospective bidder’s total and current assets and liabilities,
stamped “received” by the BIR or its duly accredited and authorized
institutions, for the preceding calendar year which should not be earlier than
two (2) years from the date of bid submission; and
⬜ (l) The prospective bidder’s computation of Net Financial Contracting Capacity
(NFCC).

102
Class “B” Documents
⬜ (m) If applicable, duly signed joint venture agreement (JVA) in accordance with
RA No. 4566 and its IRR in case the joint venture is already in existence;
or
duly notarized statements from all the potential joint venture partners stating
that they will enter into and abide by the provisions of the JVA in the
instance that the bid is successful.

II. FINANCIAL COMPONENT ENVELOPE


⬜ (n) Original of duly signed and accomplished Financial Bid Form; and

Other documentary requirements under RA No. 9184


⬜ (o) Original of duly signed Bid Prices in the Bill of Quantities; and
⬜ (p) Duly accomplished Detailed Estimates Form, including a summary sheet
indicating the unit prices of construction materials, labor rates, and equipmentt
rentals used in coming up with the Bid; and
⬜ (q) Cash Flow by Quarter.

103
BID FORM
___________________________________________________________________________

Date : _________________
Project Identification No. : _________________

To: [name and address of Procuring Entity]

Having examined the Philippine Bidding Documents (PBDs) including the


Supplemental or Bid Bulletin Numbers [insert numbers], the receipt of which is hereby duly
acknowledged, we, the undersigned, declare that:

a. We have no reservation to the PBDs, including the Supplemental or Bid Bulletins,


for the Procurement Project: [insert name of contract];

b. We offer to execute the Works for this Contract in accordance with the PBDs;

c. The total price of our Bid in words and figures, excluding any discounts offered
below is: [insert information];

d. The discounts offered and the methodology for their application are: [insert
information];

e. The total bid price includes the cost of all taxes, such as, but not limited to:
[specify the applicable taxes, e.g. (i) value added tax (VAT), (ii) income tax, (iii)
local taxes, and (iv) other fiscal levies and duties], which are itemized herein and
reflected in the detailed estimates,

f. Our Bid shall be valid within the a period stated in the PBDs, and it shall remain
binding upon us at any time before the expiration of that period;

g. If our Bid is accepted, we commit to obtain a Performance Security in the amount


of [insert percentage amount] percent of the Contract Price for the due
performance of the Contract, or a Performance Securing Declaration in lieu of the
the allowable forms of Performance Security, subject to the terms and conditions
of issued GPPB guidelines1 for this purpose;

h. We are not participating, as Bidders, in more than one Bid in this bidding process,
other than alternative offers in accordance with the Bidding Documents;

i. We understand that this Bid, together with your written acceptance thereof
included in your notification of award, shall constitute a binding contract between
us, until a formal Contract is prepared and executed; and

1
currently based on GPPB Resolution No. 09-2020

104
j. We understand that you are not bound to accept the Lowest Calculated Bid or any
other Bid that you may receive.
k. We likewise certify/confirm that the undersigned, is the duly authorized
representative of the bidder, and granted full power and authority to do, execute
and perform any and all acts necessary to participate, submit the bid, and to sign
and execute the ensuing contract for the [Name of Project] of the [Name of the
Procuring Entity].

l. We acknowledge that failure to sign each and every page of this Bid Form,
including the Bill of Quantities, shall be a ground for the rejection of our bid.

Name: ___________________________________________________________________
Legal Capacity: ____________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________

105
Contract Agreement Form (Revised)
[not required to be submitted with the Bid, but it shall be submitted within ten (10) days after receiving the
Notice of Award]

__________________________________________________________________________
CONTRACT AGREEMENT

THIS AGREEMENT, made this [insert date] day of [insert month], [insert year]
between [name and address of PROCURING ENTITY] (hereinafter called the “Entity”) and
[name and address of Contractor] (hereinafter called the “Contractor”).

WHEREAS, the Entity is desirous that the Contractor execute [name and
identification number of contract] (hereinafter called “the Works”) and the Entity has
accepted the Bid for [contract price in words and figures in specified currency] by the
Contractor for the execution and completion of such Works and the remedying of any defects
therein.

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred
to.

2. The following documents as required by the 2016 revised Implementing Rules


and Regulations of Republic Act No. 9184 shall be deemed to form and be read
and construed as part of this Agreement, viz.:
a. Philippine Bidding Documents (PBDs);
i. Drawings/Plans;
ii. Specifications;
iii. Bill of Quantities;
iv. General and Special Conditions of Contract;
v. Supplemental or Bid Bulletins, if any;
b. Winning bidder’s bid, including the Eligibility requirements, Technical and
Financial Proposals, and all other documents or statements submitted;
Bid form, including all the documents/statements contained in the Bidder’s
bidding envelopes, as annexes, and all other documents submitted (e.g., Bidder’s
response to request for clarifications on the bid), including corrections to the bid,
if any, resulting from the Procuring Entity’s bid evaluation;

c. Performance Security;
d. Notice of Award of Contract and the Bidder’s conforme thereto; and
e. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the GPPB
that are subsequently required for submission after the contract
106
execution, such as the Notice to Proceed, Variation Orders, and
Warranty Security, shall likewise form part of the Contract.

3. In consideration for the sum of [total contract price in words and figures] or such
other sums as may be ascertained, [Named of the bidder] agrees to [state the
object of the contract] in accordance with his/her/its Bid.

4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.

IN WITNESS whereof the parties thereto have caused this Agreement to be executed
the day and year first before written.

[Insert Name and Signature] [Insert Name and Signature]

[Insert Signatory’s Legal Capacity] [Insert Signatory’s Legal Capacity]

for: for:

[Insert Procuring Entity] [Insert Name of Supplier]

Acknowledgment

[Format shall be based on the latest Rules on Notarial Practice]

107
Omnibus Sworn Statement (Revised)
_________________________________________________________________________

REPUBLIC OF THE PHILIPPINES)


CITY/MUNICIPALITY OF ______) S.S.

AFFIDAVIT

I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:

1. [Select one, delete the other:]

[If a sole proprietorship:] I am the sole proprietor or authorized representative of [Name


of Bidder] with office address at [address of Bidder];

[If a partnership, corporation, cooperative, or joint venture:] I am the duly authorized


and designated representative of [Name of Bidder] with office address at [address of
Bidder];

2. [Select one, delete the other:]

[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any and
all acts necessary to participate, submit the bid, and to sign and execute the ensuing
contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the
attached duly notarized Special Power of Attorney;

[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity], as shown in the attached [state title of attached document
showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];

3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or by
relation, membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines
on Blacklisting;

4. Each of the documents submitted in satisfaction of the bidding requirements is an


authentic copy of the original, complete, and all statements and information provided
therein are true and correct;

5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
108
representative(s) to verify all the documents submitted;

6. [Select one, delete the rest:]

[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;

[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of
the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;

[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;

7. [Name of Bidder] complies with existing labor laws and standards; and

8. [Name of Bidder] is aware of and has undertaken the responsibilities as a Bidder in


compliance with the Philippine Bidding Documents, which includes:

a. Carefully examining all of the Bidding Documents;


b. Acknowledging all conditions, local or otherwise, affecting the implementation of
the Contract;
c. Making an estimate of the facilities available and needed for the contract to be bid, if
any; and
d. Inquiring or securing Supplemental/Bid Bulletin(s) issued for the [Name of the
Project].

9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel
or representative of the government in relation to any procurement project or activity.

10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.

109
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]

110
Bid Securing Declaration Form
___________________________________________________________________________
REPUBLIC OF THE PHILIPPINES)
CITY OF _______________________) S.S.

BID SECURING DECLARATION


Project Identification No.: [Insert number]

To: [Insert name and address of the Procuring Entity]

I/We, the undersigned, declare that:

1. I/We understand that, according to your conditions, bids must be supported by a Bid
Security, which may be in the form of a Bid Securing Declaration.
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for any
procurement contract with any procuring entity for a period of two (2) years upon receipt
of your Blacklisting Order; and, (b) I/we will pay the applicable fine provided under
Section 6 of the Guidelines on the Use of Bid Securing Declaration, within fifteen (15)
days from receipt of the written demand by the procuring entity for the commission of
acts resulting to the enforcement of the bid securing declaration under Sections 23.1(b),
34.2, 40.1 and 69.1, except 69.1(f),of the IRR of RA No. 9184; without prejudice to other
legal action the government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on the
following circumstances:
a. Upon expiration of the bid validity period, or any extension thereof pursuant to your
request;
b. I am/we are declared ineligible or post-disqualified upon receipt of your notice to
such effect, and (i) I/we failed to timely file a request for reconsideration or (ii) I/we
filed a waiver to avail of said right; and
c. I am/we are declared the bidder with the Lowest Calculated Responsive Bid, and I/we
have furnished the performance security and signed the Contract.

IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of [month]
[year] at [place of execution].

[Insert NAME OF BIDDER OR ITS AUTHORIZED


REPRESENTATIVE]

[Insert signatory’s legal capacity]

Affiant

[Jurat]

[Format shall be based on the latest Rules on Notarial Practice]


111
112
Note:

The SLCC shall be supported by an Owner’s Certificate of Final Acceptance issued by the project owner other than the contractor or a final rating of at least
Satisfactory in the Constructors Performance Evaluation System (CPES). In case of contracts with the private sector, an equivalent document shall be submitted.

113
Standard Form No.: SF-INFR-18
Revised on: July 29, 2004

STATEMENT OF AVAILABILITY OF KEY PERSONNEL AND EQUIPMENT

(Date)

JAIME J. BAUTISTA
Secretary
DEPARTMENT OF TRANSPORTATION
The Columbia Tower, Ortigas Avenue,
Mandaluyong City

Attention: TIMOTHY JOHN R. BATAN


Chairpersonn, Centralized Bids and Awards Committee and Undersecretary for
Planning and Project Development

Dear Sir:

In compliance with the requirements of the DEPARTMENT OF TRANSPORTATION’s


BIDS AND AWARDS COMMITTEE for the bidding of the (Name of the Project/Contract
and/or Project ID No.), we certify that (Name of the Bidder) has in its employed key
personnel, such as project managers, civil engineers, architects, materials engineers and
safety officers, who shall be engaged for the construction of the said contract.

Further, we likewise certify the availability of equipment that (Name of the Bidder) owns, has
under lease, and/or has under purchase agreements, that may be used for the construction of
the said contract.

Very truly yours,

(Name and Signature of the Authorized Representative)


(Position)
(Name of the Bidder)

114
REPUBLIC OF THE PHILIPPINES
DEPARTMENT OF TRANSPORTATION
SF-INFR-48 Qualification of Key Personnel assigned for BUKIDNON AIRPORT DEVELOPMENT PROJECT

QUALIFICATION OF KEY PERSONNEL PROPOSED TO BE ASSIGNED TO THE PROJECT

Company Name : ________________________________________________________________________


Business Address : ________________________________________________________________________

Safety Officer
Licensed Geodetic Engineer Materials Engineer I with Certificate of Training in
Project Manager Licensed Civil Engineer
duly accredited by the DPWH Construction Safety and Health
Training (COSH)
1. Name
2. Address
3. Date of Birth
4. Employed since
5. Experience
6. Previous Employment
7. Education
8. PRC License

Minimum Requirements:
Key Personnel General Experience Relevant Experience
Project Manager 5 years 2 years
Licensed Civil Engineer 3 years 2 years
Licensed Geodetic Engineer 3 years 2 years
Materials Engineer I 2 years 2 years
duly accredited by the DPWH
Safety Officer 2 years 2 years
with Certificate of Training in
Construction Safety and Health
Training (COSH)

NOTE : Individual Curriculum Vitae (CV), copy of the PRC License of the personnel (if required as minimum requirement), copy of the Certificate of DPWH Accreditation
for Materials Engineer, and a copy of the Certificate of Training of Occupational and Heath for Safety Officer shall be submitted during Post-Qualification.

Submitted by : (Signature over Printed Name)_________________________


Name of Authorized Representative

Designation : ____________________________________________________________

Date : ____________________________________________________________

115
EPUBLIC OF THE PHILIPPINES
DEPARTMENT OF TRANSPORTATION
SF-INFR-49 List of Contractor’s Equipment assigned to the Proposed Contract for BUKIDNON AIRPORT DEVELOPMENT PROJECT

LIST OF EQUIPMENT ASSIGNED TO THE PROJECT


Company Name : ________________________________________________________________________
Business Address : ________________________________________________________________________

Specify whether Plate No. Motor No. / Body No.


Capacity /
Description Model Name / Year Location Condition Proof of Ownership
OWNED/LEASED/PURCHASED Performance/ Size (if applicable, (if applicable,
AGREEMENT indicate N/A if not) indicate N/A if not)

1.
2.
3.
4.
5.

List of Equipment:

Particular Owned Lease/Purchased


Agreement Total
Unit Capacity Unit Capacity
Backhoe 1 0.50 cu.m. 1 0.50 cu.m. 2
Payloader 1 1.50 cu.m. 1 1.50 cu.m. 2
Water Tank Truck 1 4,000 Liters 1 4,000 Liters 2
Dump Truck 1 10 cu.m. 1 10 cu.m. 2
_ One Bagger Concrete
2 - 2
Mixer
Generator Set 3 51-100Kw 3
Welding Machine 3 200Amp 3
Topcon/Total Station 1 - 1
Global Navigational
Satellite System 1 -
Receiver 1
Service Vehicle 1 -
Pick up at least 2020 Model 1
TOTAL 6 13 19

NOTE : Proof of Ownership or Certification of availability of equipment from the equipment lessor/vendor for the duration of the Project, as the case may be, shall
be submitted during Post-Qualification.

Submitted by : ___________________________________________________________
Name of Authorized Representative / Designation/ Date
Designation : ___________________________________________________________

Date : _______________________________________________

116
117

You might also like